Section one: Contracting authority
one.1) Name and addresses
NHS Devon Integrated Care Board (ICB)
Aperture House
Exeter
EX2 5AZ
Country
United Kingdom
Region code
UKK4 - Devon
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://atamis-1928.my.site.com/s/Welcome
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://atamis-1928.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-1928.my.site.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
Orthodontic Services to North Devon and Torridge, on behalf of Devon ICB.
Reference number
C323206
two.1.2) Main CPV code
- 85131100 - Orthodontic services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Devon ICB (the Commissioner) are seeking providers who have the capability and capacity to deliver Level 2 and 3a NHS Orthodontic Services in North Devon and Torridge.
Orthodontics is the dental specialty concerned with facial growth, development of the dentition and occlusion, and the assessment, diagnosis, interception and treatment of malocclusions and facial irregularities.
The contract term will be for an initial period of 7 years, with an option to extend for a further 3 years at the sole discretion of the Commissioner. Services are due to commence from 30th May 2025 and by 28th November 2025.
The Commissioner has a maximum financial envelope available of £546,060.50 per annum. The total maximum contract value for the duration excluding extensions is £3,822,423.50, and £5,460,605 including extensions.
The contract will be for the delivery of 6,635 Units of Orthodontic Activity (UDAs) per annum.
Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.
All ITT responses must be returned by 12 noon on 4th March 2025, at the latest.
This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
two.1.5) Estimated total value
Value excluding VAT: £5,460,605
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85131100 - Orthodontic services
two.2.3) Place of performance
NUTS codes
- UKK4 - Devon
Main site or place of performance
North Devon and Torridge
two.2.4) Description of the procurement
NHS Devon ICB (the Commissioner) are seeking providers who have the capability and capacity to deliver Level 2 and 3a NHS Orthodontic Services in North Devon and Torridge.
Orthodontics is the dental specialty concerned with facial growth, development of the dentition and occlusion, and the assessment, diagnosis, interception and treatment of malocclusions and facial irregularities.
The overall aim of the service is to provide equitable, accessible, high quality and cost effective specialist orthodontic services, in line with the National Guide for Commissioning Orthodontics, 2015 and NHS Personal Dental Services (PDS) Agreements Regulations 2005.
Orthodontics is mainly provided for children and adolescents who meet the agreed criteria for NHS treatment and for adults where there is clinical justification and where prior approval has been agreed with the commissioner.
The service includes:
• Assessment and treatment delivered according to each patient's clinical needs, including interceptive treatment and in hours urgent care
• Treatment includes examination, taking of radiographs, diagnosis, preventative care, advice, planning of orthodontic treatment, supply and repair of orthodontic appliances including retainers for a period of 12 months following the completion of active orthodontic treatment
• Appropriate referral to other healthcare providers for mandatory or advanced mandatory services or any other appropriate and necessary healthcare
• Advice to the patient and other clinicians where appropriate
The contracts are limited to orthodontic treatment within complexity Level 2 and 3a and excludes all mandatory services and the following additional services:
• Sedation services
• Domiciliary services
• Minor oral surgery
• Dental public health services
• Orthodontic complexity level 1 and 3b cases
The contract term will be for an initial period of 7 years, with an option to extend for a further 3 years at the sole discretion of the Commissioner. Services are due to commence from 30th May 2025 and by 28th November 2025.
The Commissioner has a maximum financial envelope available of £546,060.50 per annum. The total maximum contract value for the duration excluding extensions is £3,822,423.50, and £5,460,605 including extensions.
The contract will be for the delivery of 6,635 Units of Orthodontic Activity (UDAs) per annum.
Interested parties who wish to take part in the procurement are invited to take part in an Invitation to Tender (ITT) process, based on the competitive procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.
All ITT responses must be returned by 12 noon on 4th March 2025, at the latest.
This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Subject to renewal at the end of the initial contract term.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Detailed within the tender documentation.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-033740
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 March 2025
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
4 March 2025
Local time
12:15pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://atamis-1928.my.site.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
six.4) Procedures for review
six.4.1) Review body
NHS Devon Integrated Care Board (ICB)
Exeter
United Kingdom
Country
United Kingdom