Tender

Specialist Secondary Care Dental Services : Lot 1 Orthodontic Level 3b Service - Insourced framework

  • Birmingham Community Healthcare NHS FT

F02: Contract notice

Notice identifier: 2023/S 000-001197

Procurement identifier (OCID): ocds-h6vhtk-039796

Published 15 January 2023, 11:38am



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

Email

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