Section one: Contracting authority
one.1) Name and addresses
NHS HUMBER and NORTH YORKSHIRE INTEGRATED CARE BOARD
2ND FLOOR WILBERFORCE COURT ALFRED GELDER STREET
HULL
HU1 1UY
Telephone
+44 1642746916
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
NHS Organisation Data Service
Y63 NORTH EAST AND YORKSHIRE COMMISSIONING REGION
Internet address(es)
Main address
https://humberandnorthyorkshire.icb.nhs.uk/
Buyer's address
https://health-family.force.com/s/Welcome
one.1) Name and addresses
NHS WEST YORKSHIRE INTEGRATED CARE BOARD (ICB)
WHITE ROSE HOUSE WEST PARADE
WAKEFIELD
WF1 1LT
Telephone
+44 1642746918
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
NHS Organisation Data Service
Y63 NORTH EAST AND YORKSHIRE COMMISSIONING REGION
Internet address(es)
Main address
https://www.westyorkshire.icb.nhs.uk/about-west-yorkshire-integrated-care-board
Buyer's address
https://health-family.force.com/s/Welcome
one.1) Name and addresses
NHS SOUTH YORKSHIRE INTEGRATED CARE BOARD (ICB)
COMMISSIONERS WORKING TOGETHER 722 PRINCE OF WALES ROAD
SHEFFIELD
S9 4EU
Telephone
+44 1642746918
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
NHS Organisation Data Service
Y63 NORTH EAST AND YORKSHIRE COMMISSIONING REGION
Internet address(es)
Main address
https://southyorkshire.icb.nhs.uk/about-us
Buyer's address
https://health-family.force.com/s/Welcome
one.2) Information about joint procurement
The contract involves joint procurement
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
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
NHSE1022 - ITT - Clinical Dental Referral Management Service (CDRMS)
Reference number
NHSE1022 - ITT
two.1.2) Main CPV code
- 85140000 - Miscellaneous health 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 working for and on behalf of NHS Humber and North Yorkshire Integrated Care Board - Lead ICB, NHS West Yorkshire ICB, and NHS South Yorkshire ICB (the Contracting Authorities), who are undertaking a procurement to commission Clinical Dental Referral Management Service (CDRMS).
The contract term is for an initial period of 5-years commencing on 01 April 2025, with an option to extend for a further 2-years at the discretion of the Contracting Authorities and subject to satisfactory contractual and financial performance.
The Commissioner has a budget range available of £6.00 to a maximum of £7.00, per referral, these prices include the 2023/24 DDRB uplift.
Tender documentation will be available on the e-tendering site from 12:00 Noon on 13 September 2024.
The closing date for submission of tenders is by 12:00 Noon on 14 October 2024.
two.1.5) Estimated total value
Value excluding VAT: £7,293,552
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48613000 - Electronic data management (EDM)
- 48814200 - Patient-administration system
- 48814400 - Clinical information system
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
NHS Humber and North Yorkshire Integrated Care Board (Lead ICB)
NHS West Yorkshire Integrated Care Board
NHS South Yorkshire Integrated Care Board
two.2.4) Description of the procurement
North of England Commissioning Support (NECS) is a care system support organisation working for and on behalf of NHS Humber and North Yorkshire Integrated Care Board - Lead ICB, NHS West Yorkshire ICB, and NHS South Yorkshire ICB (the Contracting Authorities), who are undertaking a procurement to commission Clinical Dental Referral Management Service (CDRMS).
The contract term is for an initial period of 5-years commencing on 01 April 2025, with an option to extend for a further 2-years at the discretion of the Contracting Authorities and subject to satisfactory contractual and financial performance.
The Commissioner has a budget range available of £6.00 to a maximum of £7.00, per referral, these prices include the 2023/24 DDRB uplift.
Tender documentation will be available on the e-tendering site from 12:00 Noon on 13 September 2024.
The closing date for submission of tenders is by 12:00 Noon on 14 October 2024.
NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including bid submissions, will be conducted via the Atamis portal at: https://health-family.force.com/s/Welcome.
It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should bidders have any queries, or are having problems registering on the portal; they should contact the Atamis helpdesk via:
Support-health@Atamis.co.uk or phone number 0800 9956035
The helpdesk is open Monday - Friday between 08.00 am - 06.00 pm
The "Transfer of Undertakings (Protection of Employment) Regulations 2006" as amended by the "Collective Redundancies and Transfer of Undertaking (Protection of Employment) (Amendment) Regulation 2014" (TUPE) may apply to this contract. However, 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.
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 Authorities relating to "economic, social, and environmental well-being".
The Open Procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with the Public Contracts Regulations 2015 (as amended) (SI 2015 No:102).
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: £7,293,552
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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.2.3) 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
14 October 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
14 October 2024
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: April 2031
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
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