Section one: Contracting authority
one.1) Name and addresses
Southend City Council
Civic Centre, Victoria Avenue
Southend-on-Sea
SS2 6YL
procurementops@southend.gov.uk
Telephone
+44 1702215000
Country
United Kingdom
Region code
UKH31 - Southend-on-Sea
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Oral Health Improvement: Supervised Toothbrushing Programme in Primary Schools
Reference number
DN730513
two.1.2) Main CPV code
- 85130000 - Dental practice and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Supervised tooth brushing programme is aimed at children attending primary schools in
areas of deprivation, experiencing poorer oral health. The tooth brushing activity will take
place in the school setting they attend. The main aims of the programme are to reduce the
prevalence of tooth decay, hospital admissions for dental caries and reduce health
inequalities in children. The objectives and related outcomes are: To develop healthy habits
from a very young age (life course approach), To increase children’s willingness to brush
their teeth, To improve children’s toothbrushing technique, To encourage daily application of
fluoride toothpaste to teeth which reduces the incidence and severity of tooth decay in
children, To encourage support for home brushing, To establish life-long behaviour in
children to promote oral health, To reduce the negative impact of poor oral health, To
increase and promote intergenerational understanding of good oral health to children &
families, To provide quality information, advice and training to school staff, To increase
community resilience and improve understanding and ownership of personal health and
wellbeing from a very young age, To increase awareness on healthy eating and sugar
consumption in food & drinks, To prevent childhood overweight and obesity, To develop links
with other local services and organisations to provide an integrated approach to oral health
provision. (see service specification for more details).
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: £39,293.78
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH31 - Southend-on-Sea
two.2.4) Description of the procurement
The Supervised tooth brushing programme is aimed at children attending primary schools in
areas of deprivation, experiencing poorer oral health. The tooth brushing activity will take
place in the school setting they attend. The main aims of the programme are to reduce the
prevalence of tooth decay, hospital admissions for dental caries and reduce health
inequalities in children. The objectives and related outcomes are: To develop healthy habits
from a very young age (life course approach), To increase children’s willingness to brush
their teeth, To improve children’s toothbrushing technique, To encourage daily application of
fluoride toothpaste to teeth which reduces the incidence and severity of tooth decay in
children, To encourage support for home brushing, To establish life-long behaviour in
children to promote oral health, To reduce the negative impact of poor oral health, To
increase and promote intergenerational understanding of good oral health to children &
families, To provide quality information, advice and training to school staff, To increase
community resilience and improve understanding and ownership of personal health and
wellbeing from a very young age, To increase awareness on healthy eating and sugar
consumption in food & drinks, To prevent childhood overweight and obesity, To develop links
with other local services and organisations to provide an integrated approach to oral health
provision.
This notice is an intention to award a contract under the competitive process via the Provider Selection Regime.
The approximate lifetime value of this contract is £39,293.78.
This is a new service, and a new provider.
The service is intended to be provided between 02/09/24 - 01/09/26.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-020043
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 August 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
Community Dental Services CiC
Bedfordshire
Country
United Kingdom
NUTS code
- UKH2 - Bedfordshire and Hertfordshire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £39,293.78
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by 13th August 2024. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.
Written representations should be sent to procurementadvisors@southend.gov.uk
The award decision maker is the Senior Public Health Principal.
There were no declared conflicts or potential conflicts of interest of individuals making the decision.
The provider was assessed against 5 key criteria: Quality and Innovation; Value; Integration, collaboration and service sustainability; Improving access, reducing inequalities and facilitating choice; and social value. Each criteria was assessed on a weighted basis. This provider achieved a pass score against all criteria.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom