Section one: Contracting authority
one.1) Name and addresses
N E L Commissioning Support Unit NHSE
Wellington House, 133-155 Waterloo Road,
LONDON
SE1 8UG
Contact
Kelly Wareham
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
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
Urgent Dental Care Phase 2 Most Suitable Provider City of London - Malmin
Reference number
PRJ2020
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority will use the existing pathway for the development and delivery of a pan-London
face-to-face UDC service. The description below provides an outline of the main features of
that pathway and the services that will be commissioned under this procurement to support
the delivery of the service.
The model requires:
• Patients to be clinically triaged
• Patients to access the UDC service via NHS 111
• Patients to be triaged by The Authority's commissioned dental triage service
• Subject to meeting the acceptance criteria, patients to be allocated appointment slots by
the dental triage service
• Patient details to be shared with the UDC Provider via NHS.net email which will include
appointment time, medical history and a brief description of symptoms (there is a possibility
that the sharing of patient details may change in the future if an electronic referral system is
implemented)
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: £58,513,729
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The service will provide urgent dental care for the local population and those visiting London
from neighbouring regions or overseas, referred to hereafter as London residents.
The objectives of the procurement are to secure services which will:
• Provide a good quality UDC service during the times specified for the specific lot
• Provide good quality care through the consistent use of clinical treatment protocols
including the Faculty of General Dental Practice protocols on antimicrobial prescribing
• Ensure that all patients with an urgent dental need have access to a clinical contact at an
appropriate time
• Ensure that the UDC service works within a 'whole system' approach in providing urgent
dental care
• Foster innovation and continuous improvement in all aspects of the delivery of the UDC
service across London
• Enable and support patients to access general, intermediate and specialist dentistry in
order to stabilise patients' oral health needs in line with current good practice, i.e. Avoidance
of doubt: Provision of Phased Treatments https://www.england.nhs.uk/wp-content/uploads
/2018/02/B0615-Update-to-avoidance-of-doubt-provision-of-phasedtreatments-300621-.pdf
• Support patients to stabilise their oral health where necessary
• Enable equitable access to all patients with services not compromised by physical (physical
ill-health, learning disabilities, medically compromised, children looked after etc) language,
social and economic barriers
• Provide preventive evidence-based oral health advice according to Delivering Better Oral
Health 2021 and in line with Making Every Contact Count
• Provide agreed data recording (including non-attendance) at scheduled intervals to ensure
the clinical service is meeting the needs of the population
• Ensure UDC services provide best value for money
two.2.5) Award criteria
Quality criterion - Name: RAs must give due consideration to the quality of services to be provided The National Quality Board defines high-quality care as care which is "safe, effective, providing a personalised experience, well-led, sustainable and equitable". Providers should demonstrate they will not only provide good quality services but should also demonstrate how they will develop and improve services / Weighting: 30
Quality criterion - Name: Integration, collaboration, and service sustainability / Weighting: 30
Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 30
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 0
two.2.11) Information about options
Options: No
two.2.14) Additional information
An UDCH is required in every borough of London, following the earlier UDC PRJ1205 tender
we have 5 further boroughs that we would like to Procure those services for.
Procurement will be following the new PSR (Provider Selection Regime) Most Suitable Provider Route for the borough of City of London
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The services can be provided only by a particular economic operator for the following reason:
- absence of competition for technical reasons
Explanation:
An Intention to award was published: 2024/S 000-008966 on the Find a Tender Service.
Under the new PSR regulations and Based on the assessment and the evidence collected, NHSE confirm that a contract can be awarded under the most suitable provider process.
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.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
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
1 April 2024
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Malmin Dental Practice
47 Farringdon Road, London, Greater London
London
EC1M 3JP
Country
United Kingdom
NUTS code
- UKI - London
Justification for not providing organisation identifier
Not on any register
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £58,513,729
Total value of the contract/lot: £58,513,729
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
NHS South East London Integrated Care Board London
London
Country
United Kingdom