Tender

NHSE1022 - ITT - Clinical Dental Referral Management Service (CDRMS)

  • NHS HUMBER and NORTH YORKSHIRE INTEGRATED CARE BOARD
  • NHS WEST YORKSHIRE INTEGRATED CARE BOARD (ICB)
  • NHS SOUTH YORKSHIRE INTEGRATED CARE BOARD (ICB)

F02: Contract notice

Notice identifier: 2024/S 000-029317

Procurement identifier (OCID): ocds-h6vhtk-049a88

Published 13 September 2024, 9:25am



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

Email

NECSU.neprocurement@nhs.net

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

Email

NECSU.neprocurement@nhs.net

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

Email

NECSU.neprocurement@nhs.net

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

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

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

Email

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