Contract

NHSE803 – Invitation to Tender - General Dental Services - Sherburn & Tadcaster

  • NHS England and NHS Improvement North East & Yorkshire Region

F21: Social and other specific services – public contracts (contract award notice)

Notice identifier: 2022/S 000-003530

Procurement identifier (OCID): ocds-h6vhtk-02e35c

Published 8 February 2022, 10:15am



Section one: Contracting authority

one.1) Name and addresses

NHS England and NHS Improvement North East & Yorkshire Region

Quarry House, Quarry Hill

Leeds

LS2 7UA

Email

NECSU.neprocurement@nhs.net

Telephone

+44 1642746918

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.necsu.nhs.uk

Buyer's address

https://in-tendhost.co.uk/nhsnecsu/aspx/Home

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

NHSE803 – Invitation to Tender - General Dental Services - Sherburn & Tadcaster

Reference number

NHSE803

two.1.2) Main CPV code

  • 85130000 - Dental practice and related services

two.1.3) Type of contract

Services

two.1.4) Short description

North of England Commissioning Support (NECS) is a commissioning support service hosted by NHS England and has managed this procurement process for the provision of General Dental Services for Sherburn & Tadcaster for NHS England & NHS Improvement North East & Yorkshire Region (the Contracting Authority).

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,241,946

two.2) Description

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKE2 - North Yorkshire
Main site or place of performance

Sherburn in Elmet & Tadcaster - North Yorkshire

two.2.4) Description of the procurement

The Contracting Authority has procured General Dental Services for Sherburn in Elmet & Tadcaster. The over-arching aims of the Contracting Authority in respect of dental service provision are:

To improve oral health and to reduce inequalities in health and well-being.

To improve access to NHS dental services and to improve the experience of all patients.

To develop integrated and consistent services.

To ensure equitable and timely access to primary, urgent and elective care.

The service has a contract commencement date of 01 April 2022 for an initial contract term of 5-years with the option to extend the contract by 2-years at the discretion of the Contracting Authority and subject to satisfactory contractual and financial performance.

The annual financial threshold for Sherburn & Tadcaster is 320278 GBP based on 10,532 Units of Dental Activity (UDA) at the rate of 30.41 GBP per UDA.

The basic principles of the open procedure were followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (as amended) (for health, social, education, and certain other service contracts).

Tender documentation was available from 12:00 noon on 23 September 2021 and the closing time and date for tender returns was 12:00 noon on 25 October 2021.

“Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:

(a) How what is proposed to be procured might improve the economic, social, and environmental well-being of the area where they exercise their functions; and

(b) How, in conducting the process of procurement, they might act with a view to securing that improvement.

Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to “economic, social, and environmental well-being” by utilising the UK Governments Social Value Model.

This procurement was conducted using an e-Tendering portal (In-Tend).

The Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) do not apply to this procurement; however bidders were advised to obtain their own legal advice and carry out due diligence.

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) Form of procedure

Open procedure

four.1.10) Identification of the national rules applicable to the procedure

Information about national procedures is available at: http://www.legislation.gov.uk/uksi/2015/102/pdfs/uksi_20150102_en.pdf

four.1.11) Main features of the award procedure

The basic principles of the open procedure were followed for this procurement to test the capacity, capability,and technical competence of bidders in accordance with the Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (as amended) (for health, social, education, and certain other service contracts).

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-023529


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 February 2022

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 2

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

five.2.3) Name and address of the contractor

Smile Care United Ltd

Walnut Tree House, Court Lane, Burnham, SL1 8DN

Burnham

SL1 8DN

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,241,946


Section six. Complementary information

six.3) Additional information

(MT Ref:224996)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will act in accordance with Part 3 Chapter 5 Regulation 85 to 87 and Part 3 Chapter 6 Regulation 88 to 104 of the Public Contract Regulations 2015 (as amended) (PCR 2015). Part 3 of the PCR 2015 provides for appeals to be made to the High Court

subject to time limitations and other required procedural steps. The rules relating to appeal are complex and a dissatisfied bidder is advised to take their own prompt legal advice.

six.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice

The High Courts of Justice

London

WC242LL

Country

United Kingdom

Internet address

https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice