Tender

Provision of NHS Primary Care Personal Dental Services Ammanford

  • Hywel Dda University Health Board

F02: Contract notice

Notice identifier: 2022/S 000-023059

Procurement identifier (OCID): ocds-h6vhtk-03602e

Published 19 August 2022, 8:54am



Section one: Contracting authority

one.1) Name and addresses

Hywel Dda University Health Board

Ty Gorwel, Building 14, St David’s Park, Job's Well Road

Carmarthen

SA31 3BB

Contact

Lewis Wells

Email

Lewis.wells2@wales.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://hduhb.nhs.wales/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA79805

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk/home.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/home.html

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk/home.html

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of NHS Primary Care Personal Dental Services Ammanford

Reference number

HDD-OJEULT-50824

two.1.2) Main CPV code

  • 75200000 - Provision of services to the community

two.1.3) Type of contract

Services

two.1.4) Short description

The commissioning body Hywel Dda University Health Board has a tender requirement for the provision of General Dental Services for Hywel Dda University Health Board within a 3-mile radius of Ammanford center.

The aims for general dental service provision within Ammanford are:

1.To provide access for the local population to NHS Dental Services

2.To deliver appropriate, quality, efficient and cost-effective services within the mandatory and potential additional services framework of the Personal Dental Services (PDS) regulations and agreement and the Welsh Government (WG) Dental Contract Reform (DCR) Programme and the associated GDS/PDS Contract Variation in respect of contract reform elements.

3.To develop services in line with the Welsh Government and Hywel Dda University Health Board’s aim for Primary Care Dental provision to improve the oral health of the population and contribute to reduction in health inequalities

4.To provide high quality General Dental Services and potentially additional enhanced services that meet the specific needs of diverse population groups within the Health Board (HB) area, including flexibility of appointment times.

5.To establish a positive working relationship between the HB and other professional groups to facilitate and maximise service delivery

6.To deliver services in a Multi-Disciplinary Team approach (MDT) aligned to the requirements of contract reform and following WG approach to develop and optomise the available skill mix.

7.To deliver NHS Dental Services in line with the annual interim/contract variation guidance issued by WG for the transition of service delivery under contract reform

two.1.5) Estimated total value

Value excluding VAT: £4,870,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 75200000 - Provision of services to the community
  • 85323000 - Community health services
  • 85130000 - Dental practice and related services
  • 85131000 - Dental-practice services

two.2.3) Place of performance

NUTS codes
  • UKL1 - West Wales and the Valleys
Main site or place of performance

Within a 3-mile radius of Ammanford centre.

two.2.4) Description of the procurement

The ITT will be conducted via an invitation to tender (ITT) via Bravo eTenderWales, using the Light Touch Regime procedure, inviting bids from suppliers, to include local suppliers and Welsh SMEs.

The indicative number of patients to be served by the practice is up to 5,700 patients per annum, once the practice is fully operational.

Providers will need to describe how they intend to engage with existing organisations and agencies in the locality to maximise their impact on the oral health of the local population. This will require developing effective local partnerships with existing organisations that can help in the task of reaching the more difficult to reach patients who have genuine needs.

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: £4,870,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

6 January 2023

End date

5 January 2028

This contract is subject to renewal

Yes

Description of renewals

Max 10 Years

Initially 5 Years (Option to extend by a further 3 years and then a further two years by mutual consent)

two.2.10) Information about variants

Variants will be accepted: No

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.2.14) Additional information

For additional information please contact Lewis Wells via Bravo.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Clinical Services

The contract is offered under the terms of the NHS (Personal Dental Services Agreements) (Wales) Regulations 2006 and subsequent amendments plus a Dental Contract Reform Contact Variation/Service Level Agreement. The PDS regulations detail mandatory services and additional services. The clinical services to be provided are those deemed as mandatory services and as a minimum, the provider must meet the requirements of the NHS (Personal Dental Services Agreements) (Wales) Regulations 2006 in all aspects relating to the provision of mandatory services. The DCR expectations are set out in the GDS DCR programme principles Appendix A

The services will meet the requirements of the contract terms of Hywel Dda University Health Board and the Welsh Government model PDS agreement.

The contract excludes the following additional services:

Orthodontics

Sedation Services

Domiciliary Services

Minor Oral Surgery

The HB wants to encourage the development of enhanced skills across the entire dental team and to encourage increasing DFT places and training Practices in the area. This is in line with the current dental contract reform process currently being undertaken by Welsh Government. The current tender is for a contract reform practice. The HB would give consideration to a potential placement for a GDP fellow/DFT+ scheme if an appropriate educational environment and programme structure could be provided. Please provide expressions of interest/potential plans as part of the tender submission.

Performers

All dentist performers must be included on the GDC register and one of the Welsh Local Health Board performer lists.

Other Dental Care Professionals (DCPs) will possess the appropriate GDC registration.

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

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Dental Service.

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) Type of procedure

Open procedure

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

Date

28 September 2022

Local time

12:00pm

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

English, Welsh

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 September 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=124144

(WA Ref:124144)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom