Tender

Delivery of the Overseas Registration Examination

  • General Dental Council

F02: Contract notice

Notice identifier: 2024/S 000-014888

Procurement identifier (OCID): ocds-h6vhtk-043ca0

Published 9 May 2024, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

General Dental Council

37 Wimpole Street

London

W1G 8DQ

Contact

Erica Williams

Email

procurement@gdc-uk.org

Telephone

+44 2071676000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.gdc-uk.org

Buyer's address

www.gdc-uk.org

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

Email

procurement@gdc-uk.org

Telephone

+44 2071676000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

General Dental Council

37 Wimpole Street

London

W1G 8DQ

Email

procurement@gdc-uk.org

Telephone

+44 2071676000

Country

United Kingdom

Internet address

www.gdc-uk.org

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

Internet address

www.gdc-uk.org