Section one: Contracting authority
one.1) Name and addresses
Birmingham Community Healthcare NHS FT
Priestley Wharf 3 , Holt Street
Aston , Birmingham
B5 7EG
Contact
elizabeth ratcliffe
Elizabeth.Ratcliffe2@uhb.nhs.uk
Country
United Kingdom
Region code
UKG31 - Birmingham
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.bhamcommunity.nhs.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/register
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/register
one.4) Type of the contracting authority
Other type
NHS Trust
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Specialist Secondary Care Dental Services : Lot 1 Orthodontic Level 3b Service - Insourced framework
Reference number
PROC.78.0005 (DN650038)
two.1.2) Main CPV code
- 85131100 - Orthodontic services
two.1.3) Type of contract
Services
two.1.4) Short description
In order to assist with decreasing waiting lists the BSOL Procurement Collaborative, a shared procurement service hosted by University Hospitals Birmingham NHS Foundation Authority is seeking to award on behalf of Birmingham Community Healthcare to undertake and award suppliers to a framework covering Insourced Specialist Secondary Care Dental Service Trust. This specific advert covers Level 3b Orthodontic Dental Service
The Collaborative is inviting suitably qualified and experienced
Bidders to submit bids for an Insourced Framework Agreement to deliver Level 3b Orthodontic Dental Services through a sub-contract agreement with the Birmingham Dental Hospital and School of Dentistry. The location from which all work will be undertaken is the Birmingham Dental Hospital and School of Dentistry, Millpool Way , Edgbaston , Birmingham B5 7EG
The procedure will be undertaken using the Light Touch Regime (LTR), the rules of which are set out in Regulations 74-76 of the Public Contract Regulations 2015.
The scope of service for any future framework Lots or the opening up of a Lot will to be confirmed and advertised through Find a Tender and Contracts Finder Notices with the corresponding documents also published
The insourced provision is an end to end consistent pathway of treatment for the patient and is crucial this is undertaken by the same Provider (Dentist) over a period of months or years as required
As this is an insourced service the contract will not be subject to the provisions of the Transfer of Undertakings (Protection of Employment (TUPE) Regulations 2006 and subsequent amendments of 2014
The commencement date for the framework and subsequent service undertaken by suppliers is 1st March 2023 . The Framework period will be for 3 years ( to 31.3.26) with the option to extend for a further period of up to 12 months
Persons performing the service must
1.must be included on the primary care Dental Performer's list for managing Level 3 patients
2.be registered on the General Dental Council (GDC) specialist list for Orthodontics or,
3.be accredited to undertake Orthodontics work at the competency Level 3b
or a demonstrable experience in Orthodontic care provision
Further details are provided for within the tender documents
Potential bidders ( if not already ) must register on the Proactis portal should they wish to access the tender documents and submit a bid as no documents will e sent directly to potential suppliers. The portal is :
https://procontract.due-north.com/register
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Insourced Level 3b Orthodontic Service
Lot No
1
two.2.2) Additional CPV code(s)
- 85131100 - Orthodontic services
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
Main site or place of performance
Birmingham Dental School and School of Dentistry
5 Mill Pool Way
Edgbaston
Birmingham
B5 7EG
two.2.4) Description of the procurement
Scope of Services
1.Orthodontics is the dental speciality concerned with facial growth, development of the dentition and occlusion, plus the assessment, diagnosis, interception and treatment of malocclusions and facial irregularities
2.Orthodontic care includes the provision of advice and education for patients, parents and other health-care professionals. It includes monitoring the development of teeth and providing interceptive measures, with appliances, where appropriate
3.The majority of Orthodontic work is carried out with removable and fixed appliances when all the deciduous teeth have been lost.
4.The overall aim is to provide equitable, accessible, high quality and cost-effective Consultant-led orthodontic services in line with the NHS England National Guide for Commissioning Orthodontics, 2015 ('the Commissioning Guide')
5.The service is aimed at those patients who require orthodontic procedures, defined in this Service Specification that are not expected to be within the remit of general dental practitioners or Specialist Orthodontic services
6.The Supplier must treat all eligible patients and not discriminate in any manner contrary to the relevant regulations
7.There are no geographical boundaries
8.The patient must be under regular continuing care of a General Dental Practitioner
9.The Index of Orthodontic Treatment Need (IOTN) is a clinical assessment of malocclusion severity utilised within the NHS to select those individuals who would benefit most from Orthodontic treatment. The supplier will provide a service to patients who cannot be treated in primary care.
Orthodontic Service Provision will cover
As per the 2015 Commissioning guide suppliers must be able to undertake all the following dental elements:
1.Patients with clefts of the lip and/or palate or craniofacial syndromes
2.Patients with significant skeletal discrepancies requiring combined orthodontics and orthognathic surgery
3.Patients who require orthodontics and complex oral surgery input (for example, multiple impacted teeth)
4.Patients with complex restorative problems requiring secondary care input in a multidisciplinary environment.
5.Patients with complex medical issues, including psychological concerns, which require close liaison with medical personnel locally.
6.Patients with medical, developmental or social problems who would not be considered suitable for treatment in specialist practice.
7.Complex orthodontic cases not considered suitable for management in specialist practice; and
8.Referrals where advice or a second opinion is required from secondary care
Payment of services will be in line and not exceed with the national tariff pricing structure hence the 0% weighting
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2023
End date
31 March 2023
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is an optional 12 month extension beyond 31.3.2026
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Persons performing the service must
1.must be included on the primary care Dental Performer's list for managing Level 3 patients
2.be registered on the General Dental Council (GDC) specialist list for Orthodontics or,
3.be accredited to undertake Orthodontics work at the competency Level 3b
or a
4. demonstrable experience in Orthodontic care provision
three.1.3) Technical and professional ability
List and brief description of selection criteria
Persons performing the service must
1.must be included on the primary care Dental Performer's list for managing Level 3 patients
2. To be registered on the General Dental Council (GDC) specialist list for Orthodontics or,
3.be accredited to undertake Orthodontics work at the competency Level 3b
or a
4. demonstrable experience in Orthodontic care provision
Minimum level(s) of standards possibly required
As above
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Supplier must ensure that service provision conforms to relevant guidance and standards and provides a Consultant-led clinical service in line with that set out in the Guide for Commissioning Specialist Services - Orthodontics, 2015 : https://www.england.nhs.uk/commissioning/wp-content/uploads/sites/12/2015/09/guid-comms-orthodontics.pdf
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 February 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
13 February 2023
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
BSOL Procurement Collaborative
Birmingham
Country
United Kingdom