Contract

The Provision of Intermediate Minor Oral Surgery (IMOS) Dental Services including treatment under Conscious Sedation in Shropshire and Staffordshire

  • NHS England - Midlands

F03: Contract award notice

Notice identifier: 2022/S 000-011513

Procurement identifier (OCID): ocds-h6vhtk-02e034

Published 4 May 2022, 2:27pm



Section one: Contracting authority

one.1) Name and addresses

NHS England - Midlands

Anglesey House, Wheelhouse Road, Towers Plaza

Rugeley, Staffordshire

WS15 1UL

Contact

Jessica Gaucher-Thompson

Email

jessica.gaucher-thompson@nhs.net

Country

United Kingdom

NUTS code

UKG24 - Staffordshire CC

Internet address(es)

Main address

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

Buyer's address

https://uk.eu-supply.com/login.asp?B=agcsu

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

The Provision of Intermediate Minor Oral Surgery (IMOS) Dental Services including treatment under Conscious Sedation in Shropshire and Staffordshire

Reference number

AG20063

two.1.2) Main CPV code

  • 85130000 - Dental practice and related services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Arden and Greater East Midlands Commissioning Support Unit on behalf of NHS England and Improvement – Midlands (referred to as the Commissioner) invited suitably qualified and experienced providers to deliver of Intermediate Minor Oral Surgery (IMOS) Dental Services including treatment under Conscious Sedation in Shropshire and Staffordshire.

The 5 Lots across the area are as follows;

Lot 1 - Shrewsbury

Lot 2 - Telford

Lot 3 - Burton-on-Trent

Lot 4 - Stafford

Lot 5 - Stoke-on-Trent

The new service is due to commence on 1st July 2022. The contract (Personal Dental Services (PDS) agreement) is to run for a period of 7 years with the Commissioners having the option to extend for up to an additional 3 years (maximum contract duration 10 years).

two.1.6) Information about lots

This contract is divided into lots: Yes

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

Value excluding VAT: £11,567,879

two.2) Description

two.2.1) Title

Lot 1 Shrewsbury

Lot No

1

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKG22 - Shropshire CC

two.2.4) Description of the procurement

3,829 Units of Dental Activity (UDA) per annum with a fixed UDA rate of £46.12.

59 Patients for Conscious Sedation per annum with a fixed rate of £153.75

The price of £46.12 per UDA and £153.75 for Conscious Sedation are fixed for the duration of the contract, unless adjusted by Doctors’ and Dentists’ Review Body (DDRB) uplift.

The service is aimed at those patients who require Level 2 care – that is procedural and/or patient complexity requiring a clinician with enhanced skills and experience who may or may not be on the specialist register.

The specialty of Oral Surgery (OS) deals with the diagnosis and management of pathology of the mouth and jaws that requires surgical intervention. Oral Surgery involves the treatment of children, adolescents and adults, and the management of dentally anxious and/or medically complex patients. Oral Surgery care is provided by Oral Surgeons and by Oral & Maxillofacial Surgeons as the clinical competencies of these two specialties overlap.

The key objectives of the procurement are to commission IMOS dental services in Shropshire and Staffordshire that will:

• eliminate current inequity of services provision across Shropshire and Staffordshire; services will be strategically located across the specified area to improve equality of access, improve waiting times for treatment and to ensure that patients who most need the services are able to be referred to a local provider;

• ensure the services are delivered by appropriately registered, qualified, accredited, trained and experienced professionals to ensure that the complexity of the patient or procedure matches the skills and setting of the individual or team providing the treatment;

• continue to ensure patients are seen in a Primary care setting in Shropshire where this is appropriate and move patients into a primary care setting in Staffordshire which will deliver shorter waiting times and travel times for the patients;

• ensure that patients benefit from services which are integrated with the wider system such as Managed Clinical Networks, Secondary Care etc. Oral Surgery Managed Clinical Networks (MCNs) will oversee the implementation and the functioning of the specialist pathways, including quality improvement, mentorship, education, training of others, audit and leadership. All Level 2 and 3A providers will be expected to play an active role and have formal links to the Oral Surgery MCNs;

• deliver treatment to those patients whose defined needs are not expected to be within the remit of a General Dental Practitioner (GDP) within Primary Care and for whom the complexity of their treatment or medical condition does not necessitate care provision in a secondary care setting;

• ensure patients are only accepted for treatment if eligible for NHS care and referred through the West Midlands Dental Electronic Referral Service (DERS). Patients who are not eligible for this service will be either rejected and referred back to the referring GDP or escalated to an Acute Trust;

• ensure new Provider(s) actively work in partnership with NHS E/I Midlands, Local Dental Network (LDN), Oral Surgery MCN’s, Integrated Care Systems (ICS) and Primary Care Networks (PCN’s) to review and implement relevant Commissioning Standards to transform specialised dental services;

• ensure that anyone performing Level 2 oral surgery procedures is accredited as a Performer of oral surgery Level 2 complexity care before delivering care in this Service via a Local Accreditation Panel to accredit Performers if they are not already accredited. This will be based on the NHS England Accreditation of Performers of Level 2 complexity care documentation

two.2.5) Award criteria

Quality criterion - Name: Mobilisation & Premises / Weighting: 25%

Quality criterion - Name: HR and Workforce Management / Weighting: 12%

Quality criterion - Name: Data Security/ Information Governance / Weighting: 2%

Quality criterion - Name: Equality & Diversity / Weighting: 1%

Quality criterion - Name: Clinical Delivery Model / Weighting: 42%

Quality criterion - Name: Service / Weighting: 6%

Quality criterion - Name: Financial Model and Sustainability / Weighting: 2%

Quality criterion - Name: Social Value: / Weighting: 10%

Price - Weighting: 0

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

two.2) Description

two.2.1) Title

Lot 2 Telford

Lot No

2

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKG21 - Telford and Wrekin

two.2.4) Description of the procurement

6,957 Units of Dental Activity (UDA) per annum with a fixed UDA rate of £46.12.

107 Patients for Conscious Sedation per annum with a fixed rate of £153.75

The price of £46.12 per UDA and £153.75 for Conscious Sedation are fixed for the duration of the contract, unless adjusted by Doctors’ and Dentists’ Review Body (DDRB) uplift.

The service is aimed at those patients who require Level 2 care – that is procedural and/or patient complexity requiring a clinician with enhanced skills and experience who may or may not be on the specialist register.

The specialty of Oral Surgery (OS) deals with the diagnosis and management of pathology of the mouth and jaws that requires surgical intervention. Oral Surgery involves the treatment of children, adolescents and adults, and the management of dentally anxious and/or medically complex patients. Oral Surgery care is provided by Oral Surgeons and by Oral & Maxillofacial Surgeons as the clinical competencies of these two specialties overlap.

The key objectives of the procurement are to commission IMOS dental services in Shropshire and Staffordshire that will:

• eliminate current inequity of services provision across Shropshire and Staffordshire; services will be strategically located across the specified area to improve equality of access, improve waiting times for treatment and to ensure that patients who most need the services are able to be referred to a local provider;

• ensure the services are delivered by appropriately registered, qualified, accredited, trained and experienced professionals to ensure that the complexity of the patient or procedure matches the skills and setting of the individual or team providing the treatment;

• continue to ensure patients are seen in a Primary care setting in Shropshire where this is appropriate and move patients into a primary care setting in Staffordshire which will deliver shorter waiting times and travel times for the patients;

• ensure that patients benefit from services which are integrated with the wider system such as Managed Clinical Networks, Secondary Care etc. Oral Surgery Managed Clinical Networks (MCNs) will oversee the implementation and the functioning of the specialist pathways, including quality improvement, mentorship, education, training of others, audit and leadership. All Level 2 and 3A providers will be expected to play an active role and have formal links to the Oral Surgery MCNs;

• deliver treatment to those patients whose defined needs are not expected to be within the remit of a General Dental Practitioner (GDP) within Primary Care and for whom the complexity of their treatment or medical condition does not necessitate care provision in a secondary care setting;

• ensure patients are only accepted for treatment if eligible for NHS care and referred through the West Midlands Dental Electronic Referral Service (DERS). Patients who are not eligible for this service will be either rejected and referred back to the referring GDP or escalated to an Acute Trust;

• ensure new Provider(s) actively work in partnership with NHS E/I Midlands, Local Dental Network (LDN), Oral Surgery MCN’s, Integrated Care Systems (ICSs) and Primary Care Networks (PCN’s) to review and implement relevant Commissioning Standards to transform specialised dental services;

• ensure that anyone performing Level 2 oral surgery procedures is accredited as a Performer of oral surgery Level 2 complexity care before delivering care in this Service via a Local Accreditation Panel to accredit Performers if they are not already accredited. This will be based on the NHS England Accreditation of Performers of Level 2 complexity care documentation

two.2.5) Award criteria

Quality criterion - Name: Mobilisation & Premises / Weighting: 25%

Quality criterion - Name: HR and Workforce Management / Weighting: 12%

Quality criterion - Name: Data Security/ Information Governance / Weighting: 2%

Quality criterion - Name: Equality & Diversity / Weighting: 1%

Quality criterion - Name: Clinical Delivery Model / Weighting: 42%

Quality criterion - Name: Service / Weighting: 6%

Quality criterion - Name: Financial Model and Sustainability / Weighting: Social Value:

Price - Weighting: 0

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

two.2) Description

two.2.1) Title

Lot 3 Burton-on-Trent

Lot No

3

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKG24 - Staffordshire CC

two.2.4) Description of the procurement

5,329 Units of Dental Activity (UDA) per annum with a fixed UDA rate of £46.12.

82 Patients for Conscious Sedation per annum with a fixed rate of £153.75

The price of £46.12 per UDA and £153.75 for Conscious Sedation are fixed for the duration of the contract, unless adjusted by Doctors’ and Dentists’ Review Body (DDRB) uplift.

The service is aimed at those patients who require Level 2 care – that is procedural and/or patient complexity requiring a clinician with enhanced skills and experience who may or may not be on the specialist register.

The specialty of Oral Surgery (OS) deals with the diagnosis and management of pathology of the mouth and jaws that requires surgical intervention. Oral Surgery involves the treatment of children, adolescents and adults, and the management of dentally anxious and/or medically complex patients. Oral Surgery care is provided by Oral Surgeons and by Oral & Maxillofacial Surgeons as the clinical competencies of these two specialties overlap.

The key objectives of the procurement are to commission IMOS dental services in Shropshire and Staffordshire that will:

• eliminate current inequity of services provision across Shropshire and Staffordshire; services will be strategically located across the specified area to improve equality of access, improve waiting times for treatment and to ensure that patients who most need the services are able to be referred to a local provider;

• ensure the services are delivered by appropriately registered, qualified, accredited, trained and experienced professionals to ensure that the complexity of the patient or procedure matches the skills and setting of the individual or team providing the treatment;

• continue to ensure patients are seen in a Primary care setting in Shropshire where this is appropriate and move patients into a primary care setting in Staffordshire which will deliver shorter waiting times and travel times for the patients;

• ensure that patients benefit from services which are integrated with the wider system such as Managed Clinical Networks, Secondary Care etc. Oral Surgery Managed Clinical Networks (MCNs) will oversee the implementation and the functioning of the specialist pathways, including quality improvement, mentorship, education, training of others, audit and leadership. All Level 2 and 3A providers will be expected to play an active role and have formal links to the Oral Surgery MCNs;

• deliver treatment to those patients whose defined needs are not expected to be within the remit of a General Dental Practitioner (GDP) within Primary Care and for whom the complexity of their treatment or medical condition does not necessitate care provision in a secondary care setting;

• ensure patients are only accepted for treatment if eligible for NHS care and referred through the West Midlands Dental Electronic Referral Service (DERS). Patients who are not eligible for this service will be either rejected and referred back to the referring GDP or escalated to an Acute Trust;

• ensure new Provider(s) actively work in partnership with NHS E/I Midlands, Local Dental Network (LDN), Oral Surgery MCN’s, Integrated Care Systems (ICS) and Primary Care Networks (PCN’s) to review and implement relevant Commissioning Standards to transform specialised dental services;

• ensure that anyone performing Level 2 oral surgery procedures is accredited as a Performer of oral surgery Level 2 complexity care before delivering care in this Service via a Local Accreditation Panel to accredit Performers if they are not already accredited. This will be based on the NHS England Accreditation of Performers of Level 2 complexity care documentation

two.2.5) Award criteria

Quality criterion - Name: Mobilisation & Premises / Weighting: 25%

Quality criterion - Name: HR and Workforce Management / Weighting: 12%

Quality criterion - Name: Data Security/ Information Governance / Weighting: 2%

Quality criterion - Name: Equality & Diversity / Weighting: 1%

Quality criterion - Name: Clinical Delivery Model / Weighting: 42%

Quality criterion - Name: Service / Weighting: 6%

Quality criterion - Name: Financial Model and Sustainability / Weighting: 2%

Quality criterion - Name: Social Value: / Weighting: 10%

Price - Weighting: 0

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

two.2) Description

two.2.1) Title

Lot 4 Stafford

Lot No

4

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKG24 - Staffordshire CC

two.2.4) Description of the procurement

6,709 Units of Dental Activity (UDA) per annum with a fixed UDA rate of £46.12.

103 Patients for Conscious Sedation per annum with a fixed rate of £153.75

The price of £46.12 per UDA and £153.75 for Conscious Sedation are fixed for the duration of the contract, unless adjusted by Doctors’ and Dentists’ Review Body (DDRB) uplift.

The service is aimed at those patients who require Level 2 care – that is procedural and/or patient complexity requiring a clinician with enhanced skills and experience who may or may not be on the specialist register.

The specialty of Oral Surgery (OS) deals with the diagnosis and management of pathology of the mouth and jaws that requires surgical intervention. Oral Surgery involves the treatment of children, adolescents and adults, and the management of dentally anxious and/or medically complex patients. Oral Surgery care is provided by Oral Surgeons and by Oral & Maxillofacial Surgeons as the clinical competencies of these two specialties overlap.

The key objectives of the procurement are to commission IMOS dental services in Shropshire and Staffordshire that will:

• eliminate current inequity of services provision across Shropshire and Staffordshire; services will be strategically located across the specified area to improve equality of access, improve waiting times for treatment and to ensure that patients who most need the services are able to be referred to a local provider;

• ensure the services are delivered by appropriately registered, qualified, accredited, trained and experienced professionals to ensure that the complexity of the patient or procedure matches the skills and setting of the individual or team providing the treatment;

• continue to ensure patients are seen in a Primary care setting in Shropshire where this is appropriate and move patients into a primary care setting in Staffordshire which will deliver shorter waiting times and travel times for the patients;

• ensure that patients benefit from services which are integrated with the wider system such as Managed Clinical Networks, Secondary Care etc. Oral Surgery Managed Clinical Networks (MCNs) will oversee the implementation and the functioning of the specialist pathways, including quality improvement, mentorship, education, training of others, audit and leadership. All Level 2 and 3A providers will be expected to play an active role and have formal links to the Oral Surgery MCNs;

• deliver treatment to those patients whose defined needs are not expected to be within the remit of a General Dental Practitioner (GDP) within Primary Care and for whom the complexity of their treatment or medical condition does not necessitate care provision in a secondary care setting;

• ensure patients are only accepted for treatment if eligible for NHS care and referred through the West Midlands Dental Electronic Referral Service (DERS). Patients who are not eligible for this service will be either rejected and referred back to the referring GDP or escalated to an Acute Trust;

• ensure new Provider(s) actively work in partnership with NHS E/I Midlands, Local Dental Network (LDN), Oral Surgery MCN’s, Integrated Care Systems (ICS)and Primary Care Networks (PCN’s) to review and implement relevant Commissioning Standards to transform specialised dental services;

• ensure that anyone performing Level 2 oral surgery procedures is accredited as a Performer of oral surgery Level 2 complexity care before delivering care in this Service via a Local Accreditation Panel to accredit Performers if they are not already accredited. This will be based on the NHS England Accreditation of Performers of Level 2 complexity care documentation.

two.2.5) Award criteria

Quality criterion - Name: Mobilisation & Premises / Weighting: 25%

Quality criterion - Name: HR and Workforce Management / Weighting: 12%

Quality criterion - Name: Data Security/ Information Governance / Weighting: 2%

Quality criterion - Name: Equality & Diversity / Weighting: 1%

Quality criterion - Name: Clinical Delivery Model / Weighting: 42%

Quality criterion - Name: Service / Weighting: 6%

Quality criterion - Name: Financial Model and Sustainability / Weighting: 2%

Quality criterion - Name: Social Value: / Weighting: 10%

Price - Weighting: 0

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

two.2) Description

two.2.1) Title

Lot 5 Stoke-on-Trent

Lot No

5

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKG23 - Stoke-on-Trent

two.2.4) Description of the procurement

10,196 Units of Dental Activity (UDA) per annum with a fixed UDA rate of £46.12.

156 Patients for Conscious Sedation per annum with a fixed rate of £153.75

The price of £46.12 per UDA and £153.75 for Conscious Sedation are fixed for the duration of the contract, unless adjusted by Doctors’ and Dentists’ Review Body (DDRB) uplift.

The service is aimed at those patients who require Level 2 care – that is procedural and/or patient complexity requiring a clinician with enhanced skills and experience who may or may not be on the specialist register.

The specialty of Oral Surgery (OS) deals with the diagnosis and management of pathology of the mouth and jaws that requires surgical intervention. Oral Surgery involves the treatment of children, adolescents and adults, and the management of dentally anxious and/or medically complex patients. Oral Surgery care is provided by Oral Surgeons and by Oral & Maxillofacial Surgeons as the clinical competencies of these two specialties overlap.

The key objectives of the procurement are to commission IMOS dental services in Shropshire and Staffordshire that will:

• eliminate current inequity of services provision across Shropshire and Staffordshire; services will be strategically located across the specified area to improve equality of access, improve waiting times for treatment and to ensure that patients who most need the services are able to be referred to a local provider;

• ensure the services are delivered by appropriately registered, qualified, accredited, trained and experienced professionals to ensure that the complexity of the patient or procedure matches the skills and setting of the individual or team providing the treatment;

• continue to ensure patients are seen in a Primary care setting in Shropshire where this is appropriate and move patients into a primary care setting in Staffordshire which will deliver shorter waiting times and travel times for the patients;

• ensure that patients benefit from services which are integrated with the wider system such as Managed Clinical Networks, Secondary Care etc. Oral Surgery Managed Clinical Networks (MCNs) will oversee the implementation and the functioning of the specialist pathways, including quality improvement, mentorship, education, training of others, audit and leadership. All Level 2 and 3A providers will be expected to play an active role and have formal links to the Oral Surgery MCNs;

• deliver treatment to those patients whose defined needs are not expected to be within the remit of a General Dental Practitioner (GDP) within Primary Care and for whom the complexity of their treatment or medical condition does not necessitate care provision in a secondary care setting;

• ensure patients are only accepted for treatment if eligible for NHS care and referred through - the West Midlands Dental Electronic Referral Service (DERS). Patients who are not eligible for this service will be either rejected and referred back to the referring GDP or escalated to an Acute Trust;

• ensure new Provider(s) actively work in partnership with NHS E/I Midlands, Local Dental Network (LDN), Oral Surgery MCN’s, Integrated Care Systems (ICSs) and Primary Care Networks (PCN’s) to review and implement relevant Commissioning Standards to transform specialised dental services;

• ensure that anyone performing Level 2 oral surgery procedures is accredited as a Performer of oral surgery Level 2 complexity care before delivering care in this Service via a Local Accreditation Panel to accredit Performers if they are not already accredited. This will be based on the NHS England Accreditation of Performers of Level 2 complexity care documentation.

two.2.5) Award criteria

Quality criterion - Name: Mobilisation & Premises / Weighting: 25%

Quality criterion - Name: HR and Workforce Management / Weighting: 12%

Quality criterion - Name: Data Security/ Information Governance / Weighting: 2%

Quality criterion - Name: Equality & Diversity / Weighting: 1%

Quality criterion - Name: Clinical Delivery Model / Weighting: 42%

Quality criterion - Name: Service / Weighting: 6%

Quality criterion - Name: Financial Model and Sustainability / Weighting: 2%

Quality criterion - Name: Social Value: / Weighting: 10%

Price - Weighting: 0

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-022725


Section five. Award of contract

Contract No

1

Lot No

1

Title

Lot 1 - Shrewsbury

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Contract No

2

Lot No

2

Title

Lot 2 - Telford

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

13 April 2022

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

The Smile Works Limited

2 Wheeleys Road, Edgbaston

Birmingham

B15 2LD

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
The contractor is an SME

Yes

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

Total value of the contract/lot: £3,373,081


Section five. Award of contract

Contract No

3

Lot No

3

Title

Lot 3: Burton-on-Trent

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Contract No

4

Lot No

4

Title

Lot 4: Stafford

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 March 2022

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Visiting Specialist Services Limited

1 Abacus House, Newlands Road, Corsham

Wiltshire

SN13 0BH

Country

United Kingdom

NUTS code
  • UKK15 - Wiltshire CC
The contractor is an SME

Yes

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

Total value of the contract/lot: £3,252,553


Section five. Award of contract

Contract No

5

Lot No

5

Title

Lot 5 - Stoke on Trent:

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 March 2022

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Visiting Specialist Services Limited

1 Abacus House, Newlands Road, Corsham

Wiltshire

SN13 0BH

Country

United Kingdom

NUTS code
  • UKK15 - Wiltshire CC
The contractor is an SME

Yes

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

Total value of the contract/lot: £4,942,245


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Arden & GEM Commissioning Support Unit

Cardinal Square, 10 Nottingham Road

Derby

DE1 3QT

Country

United Kingdom