Tender

NHSE886 Invitation to Tender Primary Care General Dental Services

  • NHS Humber and North Yorkshire Integrated Care Board (ICB)

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

Notice identifier: 2023/S 000-025647

Procurement identifier (OCID): ocds-h6vhtk-03f88b

Published 31 August 2023, 3:19pm



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

Email

NECSU.neprocurement@nhs.net

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

Email

NECSU.neprocurement@nhs.net

Telephone

+44 1642746918

Country

United Kingdom

Region code

UKC - North East (England)

Internet address(es)

Main address

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

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:

Support-health@Atamis.co.uk

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:

Support-health@Atamis.co.uk

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

"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:

Support-health@Atamis.co.uk

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

"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:

Support-health@Atamis.co.uk

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

"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:

Support-health@Atamis.co.uk

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

"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

Email

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