Opportunity

NHSE802 – Invitation to Tender - General Dental Services - Lot 1 - Helmsley & Lot 2 - Thirsk

  • NHS England and NHS Improvement North East & Yorkshire Region

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

Notice reference: 2021/S 000-021877

Published 3 September 2021, 1:35pm



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.3) Communication

Additional information can be obtained from another address:

NHS NORTH OF ENGLAND COMMISSIONING SUPPORT UNIT

John Snow House, Durham University Science Park

County Durham

DH1 3YG

Email

NECSU.neprocurement@nhs.net

Telephone

+44 1642746918

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.necsu.nhs.uk/

Buyer's address

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

Tenders or requests to participate must be submitted electronically via

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

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

NHSE802 – Invitation to Tender - General Dental Services - Lot 1 - Helmsley & Lot 2 - Thirsk

Reference number

NHSE802

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 is managing this procurement process for the provision of a General Dental Services for Lot 1 – Helmsley and Lot 2 – Thirsk for NHS England & NHS Improvement North East & Yorkshire Region (the Contracting Authority).

two.1.5) Estimated total value

Value excluding VAT: £3,889,774

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Helmsley

Lot No

1

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

Helmsley - North Yorkshire

two.2.4) Description of the procurement

The Contracting Authority is procuring General Dental Services for Lot 1 – Helmsley. 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 Contracting Authority plans for 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 Lot 1 – Helmsley is 261009 GBP based on 8,583 Units of Dental Activity (UDA) at the rate of 30.41 GBP per UDA.

The Open Procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with Regulation 27 of the Public Contracts Regulations 2015 (as amended).

Tender documentation will be available from 12:00 noon on 6 September 2021 and the closing time and date for tender returns is 12:00 noon on 6 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 will be conducted using an e-tendering portal (In-Tend). The In-Tend portal can be found at:

https://in-tendhost.co.uk/nhsnecsu/aspx/Home (Please follow the registration instructions if you are not already registered) and search for the project NHSE802 Invitation to Tender – General Dental Services – Lot 1 - Helmsley and Lot 2 - Thirsk.

Please note that it is free to register on In-Tend, which can be accessed at any time of day as long as you have a working internet connection. Should tenderers have any queries regarding In-Tend a dedicated help desk is available and can be contacted on +448442728810 or email: support@in-tend.co.uk

The Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) may apply. Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.

The Contracting Authority and NECS reserve the right to cancel the tender process at any point and will not be held liable for any costs resulting from any cancellation of the tender process or for any other costs incurred by those tendering for the contract.

two.2.6) Estimated value

Value excluding VAT: £1,827,063

two.2.7) Duration of the contract or the framework agreement

Duration in months

84

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 - Thirsk

Lot No

2

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

Thirsk - North Yorkshire

two.2.4) Description of the procurement

The Contracting Authority is procuring General Dental Services for Lot 2 – Thirsk. 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 Contracting Authority plans for 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 Lot 2 – Thirsk is 294673 GBP based on 9,690 Units of Dental Activity (UDA) at the rate of 30.41 GBP per UDA.

The Open Procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with Regulation 27 of the Public Contracts Regulations 2015 (as amended).

Tender documentation will be available from 12:00 noon on 6 September 2021 and the closing time and date for tender returns is 12:00 noon on 6 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 will be conducted using an e-tendering portal (In-Tend). The In-Tend portal can be found at:

https://in-tendhost.co.uk/nhsnecsu/aspx/Home (Please follow the registration instructions if you are not already registered) and search for the project NHSE802 Invitation to Tender – General Dental Services – Lot 1 - Helmsley and Lot 2 - Thirsk.

Please note that it is free to register on In-Tend, which can be accessed at any time of day as long as you have a working internet connection. Should tenderers have any queries regarding In-Tend a dedicated help desk is available and can be contacted on +448442728810 or email: support@in-tend.co.uk

The Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) may apply. Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.

The Contracting Authority and NECS reserve the right to cancel the tender process at any point and will not be held liable for any costs resulting from any cancellation of the tender process or for any other costs incurred by those tendering for the contract.

two.2.6) Estimated value

Value excluding VAT: £2,062,711

two.2.7) Duration of the contract or the framework agreement

Duration in months

84

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.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Public contracts for health, social, education, and certain other service contracts listed in Schedule 3 of the Public Contracts Regulations 2015 (as amended) (PCR 2015) shall be awarded in accordance with Chapter 3 Section 7 Regulation 74 to 77 of PCR 2015.

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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 will be 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.2.2) Time limit for receipt of tenders or requests to participate

Date

6 October 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.3) Additional information

On viewing the tender documents for the first time, we advise you to check the clarifications section to ensure you have not missed any additional information that may have been issued prior to your expression of interest in this tender. It is also advisable to continue to check the clarifications section throughout the tender process.

The Contracting Authority will only accept documents for tenders or quotations placed on the e-Tendering portal to be received

electronically unless explicitly stated otherwise in the bidder’s instructions.

Tenders submitted via the e-Tendering portal must be received in full prior to the closing time for receipt of tenders. Bidders are advised that uploading of large electronic files may take some time and as such bidders must allow sufficient time to fully transmit all files prior to the closing time for receipt of tenders.

The server clock displayed within the e-Tendering system shall govern the time for close of tender returns.

(MT Ref:223816)

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