Section one: Contracting authority
one.1) Name and addresses
NHS Humber and North Yorkshire Integrated Care Board (ICB)
Health House, Grange Park Lane
Willerby
HU10 6DT
Contact
john mcgee
Telephone
+44 1642746918
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
NHS Organisation Data Service
NHS HUMBER AND NORTH YORKSHIRE ICB - 02Y (02Y)
Internet address(es)
Main address
https://humberandnorthyorkshire.org.uk/contact-us/
Buyer's address
https://health-family.force.com/s/Welcome
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from another address:
North of England Commissioning Support
John Snow House
Co. Durham
DH1 3YG
Contact
john mcgee
Telephone
+44 1642746918
Country
United Kingdom
Region code
UKC - North East (England)
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
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
NHSE886 Invitation to Tender Primary Care General Dental Services
Reference number
NHSE886 ITT
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 care system support organisation hosted by NHS England and is managing this procurement process for the provision of Primary Care General Dental Services (GDS) in Lot 1 - Bridlington, Lot 2 - Pocklington, Lot 3 - Hull and Lot 4 - York for and on behalf of NHS Humber and North Yorkshire Integrated Care Board (the Contracting Authority).
Lot 1 - Bridlington.
Lot 2 - Pocklington. Unit B, 14 Market Place, Pocklington York Y042 2AR.
Lot 3 - Hull.
Lot 4 - York.
The aim of the GDS is to:
· Improve oral health and to reduce inequalities in health and well-being.
· Improve access to NHS dental services and to improve the experience of all patients.
· Develop integrated and consistent services.
· Ensure equitable and timely access to primary, urgent, and elective care.
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) (PCR 2015), for Health, Social, Education, and certain other Service Contracts.
"Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:
- 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
- How, in conducting the process of procurement, they might act with a view to securing that improvement.
- Whether to undertake any consultation on the above.
Accordingly, the subject matter of the contract has been scoped to consider the priorities of the Contracting Authorities relating to "economic, social, and environmental well-being" by utilising the UK Governments Social Value Model.
NECS is utilising an electronic tendering portal (Atamis) to manage this tender and as such interested individuals and organisations will need to register on the portal to access and return the tender documentation. You can register here:
https://health-family.force.com/s/Welcome (https://health-family.force.com/s/Welcome)
It is free to register on the portal, which can be accessed at any time of day.
Should you have any queries, or are having problems registering on the portal, you should contact the e-Tendering provider by email:
or phone number 0800 9956035
Here is the Atamis Supplier Management guide for information.
https://atamis-
1928.cloudforce.com/sfc/p/#0O000000rwim/a/4J000000kGJV/E7G8dJZW6I6OBziP9VjNLKQhD5jze8lO9f26f9NNk48
The Contracting Authority and NECS reserved the right to cancel the tender process at any point and would 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.
Lot 1 = 32,468 UDA per annum = Part A = 987027 GBP Part B = 246755 GBP = 1233782 GBP per annum.
Lot 2 = 17669 UDA per annum = Part A = 537138 GBP Part B = 134266 GBP = 671404 GBP per annum.
Lot 3 = 21001 UDA per annum = Part A = 638430 GBP Part B = 159615 GBP = 798045 GBP per annum.
Lot 4 = 13639 UDA per annum = Part A = 414626 GBP Part B = 103644 GBP = 518270 GBP per annum.
Tender documentation will be accessible from 12:00 noon on 01 September 2023 and Tender returns are to be submitted by 12 noon 02 October 2023.
two.1.5) Estimated total value
Value excluding VAT: £16,107,505
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 - Bridlington
Lot No
1
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKE12 - East Riding of Yorkshire
Main site or place of performance
Lot 1 - Bridlington
two.2.4) Description of the procurement
NHS Humber and North Yorkshire Integrated Care Board (the Contracting Authority) is undertaking a procurement to commission Primary Care General Dental Services (GDS) in Lot 1 - Bridlington.
The aim of the GDS is to:
· Improve oral health and to reduce inequalities in health and well-being.
· Improve access to NHS dental services and to improve the experience of all patients.
· Develop integrated and consistent services.
· Ensure equitable and timely access to primary, urgent, and elective care.
The objective of this procurement is to procure a service provider to deliver a revised service specification for GDS core service based upon the annual number of Units of Dental Activity (UDA) at a rate of £30.40 per UDA (Financial Envelope - Part A) and additional services based upon a block amount (Financial Envelope - Part B) as outlined: Lot 1 = 32,468 UDA per annum = Part A = 987027 GBP Part B = 246755 GBP = 1233782 GBP per annum.
The provider must work in partnership with the Contracting Authority to support communication and engagement with patients to enable continuous service and pathway improvements, which may involve consultation with the local patient population in order to collate patient views which can shape services and monitor effectiveness.
The contract will be offered under the terms of the NHS Personal Dental Service (PDS) Agreement Regulations 2005 for a period of 5-years. The clinical services to be provided are those deemed mandatory services, the PDS Regulations identify mandatory services as a minimum, the provider must meet the requirements of the NHS PDS Agreement Regulations 2005 in all aspects relating to the provision of mandatory services. In addition, this contract also includes the additional services as outlined in the draft specification.
NECS is utilising an electronic tendering portal (Atamis) to manage this tender and as such interested individuals and organisations will need to register on the portal to access and return the tender documentation. You can register here:
https://health-family.force.com/s/Welcome (https://health-family.force.com/s/Welcome)
It is free to register on the portal, which can be accessed at any time of day.
Should you have any queries, or are having problems registering on the portal, you should contact the e-Tendering provider by email:
or phone number 0800 9956035
Here is the Atamis Supplier Management guide for information.
"Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:
- 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
- How, in conducting the process of procurement, they might act with a view to securing that improvement.
- Whether to undertake any consultation on the above.
Accordingly, the subject matter of the contract has been scoped to consider the priorities of the Contracting Authorities relating to "economic, social, and environmental well-being" by utilising the UK Governments Social Value Model.
Potential providers are to note that the Transfer of Undertakings (Protection of Employment) Regulations 2006 as amended by the Collective Redundancies and Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014 (TUPE) will not apply to this tender.
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.
Tender documentation will be accessible from 12:00 on 01 September 2023 and Tender returns are to be submitted by 12 noon 02 October 2023.
two.2.6) Estimated value
Value excluding VAT: £6,168,910
two.2.7) Duration of the contract or the framework agreement
Duration in months
60
two.2) Description
two.2.1) Title
Lot 2 - Pocklington
Lot No
2
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKE12 - East Riding of Yorkshire
Main site or place of performance
Lot 2 - Pocklington services are to be provided from Unit B, 14 Market Place, Pocklington York Y042 2AR.
two.2.4) Description of the procurement
NHS Humber and North Yorkshire Integrated Care Board (the Contracting Authority) is undertaking a procurement to commission Primary Care General Dental Services (GDS) in Lot 2 - Pocklington to be provided from Unit B, 14 Market Place, Pocklington York Y042 2AR.
The aim of the GDS is to:
· Improve oral health and to reduce inequalities in health and well-being.
· Improve access to NHS dental services and to improve the experience of all patients.
· Develop integrated and consistent services.
· Ensure equitable and timely access to primary, urgent, and elective care.
The objective of this procurement is to procure a service provider to deliver a revised service specification for GDS core service based upon the annual number of Units of Dental Activity (UDA) at a rate of £30.40 per UDA (Financial Envelope - Part A) and additional services based upon a block amount (Financial Envelope - Part B) as outlined: Lot 2 = 17669 UDA per annum = Part A = 537138 GBP Part B = 134266 GBP = 671404 GBP per annum.
The provider must work in partnership with the Contracting Authority to support communication and engagement with patients to enable continuous service and pathway improvements, which may involve consultation with the local patient population in order to collate patient views which can shape services and monitor effectiveness.
The contract will be offered under the terms of the NHS Personal Dental Service (PDS) Agreement Regulations 2005 for a period of 5-years. The clinical services to be provided are those deemed mandatory services, the PDS Regulations identify mandatory services as a minimum, the provider must meet the requirements of the NHS PDS Agreement Regulations 2005 in all aspects relating to the provision of mandatory services. In addition, this contract also includes the additional services as outlined in the draft specification.
NECS is utilising an electronic tendering portal (Atamis) to manage this tender and as such interested individuals and organisations will need to register on the portal to access and return the tender documentation. You can register here:
https://health-family.force.com/s/Welcome (https://health-family.force.com/s/Welcome)
It is free to register on the portal, which can be accessed at any time of day.
Should you have any queries, or are having problems registering on the portal, you should contact the e-Tendering provider by email:
or phone number 0800 9956035
Here is the Atamis Supplier Management guide for information.
"Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:
- 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
- How, in conducting the process of procurement, they might act with a view to securing that improvement.
- Whether to undertake any consultation on the above.
Accordingly, the subject matter of the contract has been scoped to consider the priorities of the Contracting Authorities relating to "economic, social, and environmental well-being" by utilising the UK Governments Social Value Model.
Potential providers are to note that the Transfer of Undertakings (Protection of Employment) Regulations 2006 as amended by the Collective Redundancies and Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014 (TUPE) will not apply to this tender.
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.
Tender documentation will be accessible from 12:00 on 01 September 2023 and Tender returns are to be submitted by 12 noon 02 October 2023.
two.2.6) Estimated value
Value excluding VAT: £3,357,020
two.2.7) Duration of the contract or the framework agreement
Duration in months
60
two.2) Description
two.2.1) Title
Lot 3 - Hull
Lot No
3
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKE11 - Kingston upon Hull, City of
Main site or place of performance
Lot 3 - Hull
two.2.4) Description of the procurement
NHS Humber and North Yorkshire Integrated Care Board (the Contracting Authority) is undertaking a procurement to commission Primary Care General Dental Services (GDS) in Lot 3 - Hull.
The aim of the GDS is to:
· Improve oral health and to reduce inequalities in health and well-being.
· Improve access to NHS dental services and to improve the experience of all patients.
· Develop integrated and consistent services.
· Ensure equitable and timely access to primary, urgent, and elective care.
The objective of this procurement is to procure a service provider to deliver a revised service specification for GDS core service based upon the annual number of Units of Dental Activity (UDA) at a rate of £30.40 per UDA (Financial Envelope - Part A) and additional services based upon a block amount (Financial Envelope - Part B) as outlined: Lot 3 = 21001 UDA per annum = Part A = 638430 GBP Part B = 159615 GBP = 798045 GBP per annum.
The provider must work in partnership with the Contracting Authority to support communication and engagement with patients to enable continuous service and pathway improvements, which may involve consultation with the local patient population in order to collate patient views which can shape services and monitor effectiveness.
The contract will be offered under the terms of the NHS Personal Dental Service (PDS) Agreement Regulations 2005 for a period of 5-years. The clinical services to be provided are those deemed mandatory services, the PDS Regulations identify mandatory services as a minimum, the provider must meet the requirements of the NHS PDS Agreement Regulations 2005 in all aspects relating to the provision of mandatory services. In addition, this contract also includes the additional services as outlined in the draft specification.
NECS is utilising an electronic tendering portal (Atamis) to manage this tender and as such interested individuals and organisations will need to register on the portal to access and return the tender documentation. You can register here:
https://health-family.force.com/s/Welcome (https://health-family.force.com/s/Welcome)
It is free to register on the portal, which can be accessed at any time of day.
Should you have any queries, or are having problems registering on the portal, you should contact the e-Tendering provider by email:
or phone number 0800 9956035
Here is the Atamis Supplier Management guide for information.
"Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:
- 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
- How, in conducting the process of procurement, they might act with a view to securing that improvement.
- Whether to undertake any consultation on the above.
Accordingly, the subject matter of the contract has been scoped to consider the priorities of the Contracting Authorities relating to "economic, social, and environmental well-being" by utilising the UK Governments Social Value Model.
Potential providers are to note that the Transfer of Undertakings (Protection of Employment) Regulations 2006 as amended by the Collective Redundancies and Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014 (TUPE) will not apply to this tender.
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.
Tender documentation will be accessible from 12:00 on 01 September 2023 and Tender returns are to be submitted by 12 noon 02 October 2023.
two.2.6) Estimated value
Value excluding VAT: £3,990,225
two.2.7) Duration of the contract or the framework agreement
Duration in months
60
two.2) Description
two.2.1) Title
Lot 4 - York
Lot No
4
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKE21 - York
Main site or place of performance
Lot 4 - York
two.2.4) Description of the procurement
NHS Humber and North Yorkshire Integrated Care Board (the Contracting Authority) is undertaking a procurement to commission Primary Care General Dental Services (GDS) in Lot 4 - York.
The aim of the GDS is to:
· Improve oral health and to reduce inequalities in health and well-being.
· Improve access to NHS dental services and to improve the experience of all patients.
· Develop integrated and consistent services.
· Ensure equitable and timely access to primary, urgent, and elective care.
The objective of this procurement is to procure a service provider to deliver a revised service specification for GDS core service based upon the annual number of Units of Dental Activity (UDA) at a rate of £30.40 per UDA (Financial Envelope - Part A) and additional services based upon a block amount (Financial Envelope - Part B) as outlined: Lot 4 = 13639 UDA per annum = Part A = 414626 GBP Part B = 103644 GBP = 518270 GBP per annum.
The provider must work in partnership with the Contracting Authority to support communication and engagement with patients to enable continuous service and pathway improvements, which may involve consultation with the local patient population in order to collate patient views which can shape services and monitor effectiveness.
The contract will be offered under the terms of the NHS Personal Dental Service (PDS) Agreement Regulations 2005 for a period of 5-years. The clinical services to be provided are those deemed mandatory services, the PDS Regulations identify mandatory services as a minimum, the provider must meet the requirements of the NHS PDS Agreement Regulations 2005 in all aspects relating to the provision of mandatory services. In addition, this contract also includes the additional services as outlined in the draft specification.
NECS is utilising an electronic tendering portal (Atamis) to manage this tender and as such interested individuals and organisations will need to register on the portal to access and return the tender documentation. You can register here:
https://health-family.force.com/s/Welcome (https://health-family.force.com/s/Welcome)
It is free to register on the portal, which can be accessed at any time of day.
Should you have any queries, or are having problems registering on the portal, you should contact the e-Tendering provider by email:
or phone number 0800 9956035
Here is the Atamis Supplier Management guide for information.
"Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:
- 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
- How, in conducting the process of procurement, they might act with a view to securing that improvement.
- Whether to undertake any consultation on the above.
Accordingly, the subject matter of the contract has been scoped to consider the priorities of the Contracting Authorities relating to "economic, social, and environmental well-being" by utilising the UK Governments Social Value Model.
Potential providers are to note that the Transfer of Undertakings (Protection of Employment) Regulations 2006 as amended by the Collective Redundancies and Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014 (TUPE) will not apply to this tender.
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.
Tender documentation will be accessible from 12:00 on 01 September 2023 and Tender returns are to be submitted by 12 noon 02 October 2023.
two.2.6) Estimated value
Value excluding VAT: £2,591,350
two.2.7) Duration of the contract or the framework agreement
Duration in months
60
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
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) (PCR2015), for Health, Social, Education, and certain other Service Contracts.
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: https://www.legislation.gov.uk/uksi/2015/102/contents/made
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) (PCR2015), 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
2 October 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authorities will act in accordance with Part 3 Chapter 5 Regulation85 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 PCR2015 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