Tender

NHS England South West - Procurement for the provision of Supervised Tooth Brushing across the South West (Lots 1-7)

  • NHS England

F02: Contract notice

Notice identifier: 2023/S 000-000562

Procurement identifier (OCID): ocds-h6vhtk-0395f6

Published 9 January 2023, 3:16pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

Quarry House, Quarry Hill

Leeds

LS2 7UE

Contact

Rebecca Rogers

Email

scwcsu.procurement@nhs.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.england.nhs.uk/

Buyer's address

https://www.england.nhs.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://health-family.force.com/s/Welcome

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NHS England South West - Procurement for the provision of Supervised Tooth Brushing across the South West (Lots 1-7)

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England South West (NHSE) seeks expressions of interest from providers who have the capability and capacity to deliver a Supervised Tooth Brushing service across the South West. This opportunity is split into 7 lots, full details of which can be found in the ITT document.
NHSE aims to establish supervised tooth brushing schemes in areas across the South West where children are at high risk of poor oral health. The intention is to reach the children who attend nursery (aged 3-4 years) in the final year before starting school and reception classes (aged 4-5 years), in the 50% most deprived areas (LSOAs) across the South West.

The contract length will be 2 years and five months (including mobilisation), with an option to extend for a further 1 year at the sole discretion of the Commissioner, with service delivery scheduled to start on 01/09/2023.

two.1.5) Estimated total value

Value excluding VAT: £4,449,740

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

NHS England South West (NHSE) seeks expressions of interest from providers who have the capability and capacity to deliver a Supervised Tooth Brushing service across the South West. This opportunity is split into 7 lots, full details of which can be found in the ITT document.
NHSE aims to establish supervised tooth brushing schemes in areas across the South West where children are at high risk of poor oral health. The intention is to reach the children who attend nursery (aged 3-4 years) in the final year before starting school and reception classes (aged 4-5 years), in the 50% most deprived areas (LSOAs) across the South West.

The contract length will be 2 years and five months (including mobilisation), with an option to extend for a further 1 year at the sole discretion of the Commissioner, with service delivery scheduled to start on 01/09/2023.

The indicative contract value is £1,435,400 per annum in total, for all 7 Lots (variable amount per lots as per ITT documents) plus a management/mobilisation allowance of £143,540. The total indicative contract value for the 3-year contract is £4,449,740 for all 7 Lots, including the management/mobilisation allowance. The tariff price is set at £20 per head, with further details provided in the ITT documents.

The main objectives of the scheme are:
• To enable children in nursery and reception classes to participate in supervised tooth brushing each day that they attend an eligible early years setting
• Supervised by suitably trained early years staff, the children will brush their own teeth
• Early years staff will be suitably trained and supported by oral health teams
• Training will be provided on-site and preparation of the scheme on site will be carried out by oral health teams
• Oral health teams will be appropriately trained and qualified to provide oral health and advice on infection control and to monitor on site delivery of the scheme
• Advice from a dental professional will be available during the lift of the contract
• To issue additional home packs including a toothbrush, fluoride toothpaste and oral health information, which will be distributed to parents at the start of the school year
• Information around the continuance of tooth brushing will be communicated to parents/carers at the start of the scheme and as the start of each extended holiday
• To provide parents with information about accessing a dental practice

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £4,449,740

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

31 March 2023

End date

31 August 2025

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further 1 year at the sole discretion of the Commissioner

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 February 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

13 February 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations"), which are not subject to the full regime of the Regulations, but are instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful.

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/