Section one: Contracting authority
one.1) Name and addresses
General Dental Council
37 Wimpole Street
London
W1G 8DQ
Contact
Erica Williams
Telephone
+44 2071676000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-London:-Education-and-training-services./99N2282S39
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-UK-London:-Education-and-training-services./99N2282S39
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Health Regulator
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Delivery of the Overseas Registration Examination
Reference number
GDC-2024-008
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
The General Dental Council (GDC) is inviting tenders to deliver our Overseas Registration Examination (ORE). The services being procured have been divided into two Lots, Lot 1: Part 1- knowledge based exam which is designed to test application of knowledge to clinical practice, and Lot 2: Part 2 a clinical exam designed to test candidates’ practical clinical skills. Bidders may bid for one or both lots. Interested parties can download the invitation to tender documents from Delta e-Sourcing Portal. Access Code : 99N2282S39 .
This procurement is being undertaken in accordance with the Public Contracts Regulation 2015: Light Touch Regime- Regulations 74-77.
two.1.5) Estimated total value
Value excluding VAT: £15,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
ORE Part 1: Knowledge Based Exam
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Bidders will be required to propose a solution for the delivery of the ORE Part 1 exam. The solution may be onsite or remote, delivered within the UK or at suitable locations outside the United Kingdom or a mixture. Bidders will need to demonstrate appropriateness of their solution and demonstrate appropriate measures, including but not limited to systems, processes, and security.
We are looking for a supplier (whether a single entity, consortium, group) to provide an end-to-end service which will include but is not limited to:
-Planning and preparation for the delivery of exams
-Development and management of the exam blueprint
-Development of appropriate policies and procedures
-Management and maintenance of the Question Bank.
-Provision of resources: administrative, project management and technical resources to deliver the end-to-end services.
-Provision of premises to hold exams (where required)
-Provision of all material and equipment required to deliver the services.
-Quality management and assurance of the exam process
-Delivery of two papers that test candidates’ application of knowledge to clinical practice. The written paper must cover (1)clinically applied dental science and clinically applied human disease; and (2) aspects of clinical dentistry, law and ethics, and health and safety.
-Delivery of services in accordance with the rules and guidelines.
-Working with the GDC to ensure the ORE Part1 is delivered effectively and in accordance with learning outcomes for dentists and the ORE Advisory Group (OREAG) to ensure the relevant standard is maintained and the continuous improvement of the exam.
-Candidate management.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
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
The initial Contract period is 5 years, the Authority has the option to let the contract expire at the end of the initial 5 year period or take up optional extension period as provided for in the contract.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
For information on the SQ criteria, please download the Volume 9 SQ Submission and methodology from the Delta e-Sourcing Portal
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The initial contract will be 5 years, the GDC will have the option to extend the contract up to a further 5 years at increments as defined in the contract and subject to a good standard of performance, contract and services remaining fit for purpose
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.2.14) Additional information
The work of the GDC is governed by the Dentists Act 1984 (as amended), which establishes our duty to maintain a register of dental professionals and establishes the criteria and routes to registration. The Act requires holders of recognised overseas diplomas to demonstrate that they have the necessary knowledge and skills to be registered by the GDC in the UK.
two.2) Description
two.2.1) Title
Part 2: Practical Clinical Skills Exam
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Bidders will be required to propose a solution for the delivery of the ORE Part 2 exam. The solution must be delivered at suitable locations within the United Kingdom. Bidders will need to demonstrate appropriateness of their solution and demonstrate appropriate measures, including but not limited to systems, processes, and security.
We are looking for a supplier (whether a single entity, consortium, group) to provide an end-to-end service which will include but is not limited to:
-Planning and preparation for the for delivery of exams
-Development and management of the exam blueprint
-Development of appropriate policies and procedures
-Management and maintains of the Question Bank.
-Provision of resources: administrative, project management and technical resources to deliver the end-to-end services.
-Provision of premises to hold exams
-Provision of all material and equipment required to deliver the services.
-Quality management and assurance of the exam process
-Delivery of practical clinical exams demonstrating the relevant learning outcomes and covering; an operative test on a dental manikin (DM), an objective structured clinical examination (OSCE), a diagnostic and treatment planning exercise (DTP) and a practical examination in medical emergencies (ME).
-Delivery of services in accordance with the rules and guidelines.
-Working with the GDC to ensure the ORE Part 2 is delivered effectively and in accordance with learning outcomes for dentists and the ORE Advisory Group (OREAG) to ensure the relevant standard is maintained and the continuous improvement of the exam.
-Candidate management
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £13,000,000
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
The initial Contract period is 5 years, the Authority has the option to let the contract expire at the end of the initial 5 year period or take up optional extension period as provided for in the contract.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
For information on the SQ criteria, please download the Volume 9 SQ Submission and Evaluation Methodology from the Delta e-Sourcing Portal
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The initial contract will be 5 years, the GDC will have the option to extend the contract up to a further 5 years at increments as defined in the contract and subject to a good standard of performance, contract and services remaining fit for purpose
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Competitive dialogue
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 000-006011
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 June 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 7 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Education-and-training-services./99N2282S39
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/99N2282S39
GO Reference: GO-202459-PRO-25996614
six.4) Procedures for review
six.4.1) Review body
General Dental Council
37 Wimpole Street
London
W1G 8DQ
Telephone
+44 2071676000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
General Dental Council
37 Wimpole Street
London
W1G 8DQ
Telephone
+44 2071676000
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
General Dental Council
37 Wimpole Street
London
W1G 8DQ
Telephone
+44 2071676000
Country
United Kingdom