Contract

National Dental Epidemiology Programme Service

  • Lancashire County Council

F03: Contract award notice

Notice identifier: 2025/S 000-031026

Procurement identifier (OCID): ocds-h6vhtk-054584 (view related notices)

Published 9 June 2025, 3:49pm



Section one: Contracting authority

one.1) Name and addresses

Lancashire County Council

County Hall

Preston

PR10LD

Contact

Jessica Brindle

Email

jessica.brindle@lancashire.gov.uk

Country

United Kingdom

Region code

UKD45 - Mid Lancashire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.lancashire.gov.uk/fusion-supplier-portal/

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

National Dental Epidemiology Programme Service

Reference number

JB/PH/25/1440

two.1.2) Main CPV code

  • 85130000 - Dental practice and related services

two.1.3) Type of contract

Services

two.1.4) Short description

This specification defines the requirements for the delivery of the National Dental Epidemiology Programme (NDEP) across Lancashire. The National Dental Epidemiology Programme for England is the primary national dental survey providing data on the levels of dental decay in children and adults. It provides robust and comparable intelligence about health and social conditions, informing the commissioning of treatment services and preventive programmes.

The anticipated Service Commencement Date 01/10/2025.

The contract shall have an initial period of 23 months (31/08/2028) with the option to extend for a further 12 months.

This notice is an intention to award a contract under the Direct Award process C.

The approximate lifetime value of the contract is £360,700

This is an existing service.

The intention is to award to the existing provider.

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: £360,700

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD4 - Lancashire

two.2.4) Description of the procurement

This specification defines the requirements for the delivery of the National Dental Epidemiology Programme (NDEP) across Lancashire. The National Dental Epidemiology Programme for England is the primary national dental survey providing data on the levels of dental decay in children and adults. It provides robust and comparable intelligence about health and social conditions, informing the commissioning of treatment services and preventive programmes.

The anticipated Service Commencement Date 01/10/2025.

The contract shall have an initial period of 23 months (31/08/2028) with the option to extend for a further 12 months.

This notice is an intention to award a contract under the Direct Award process C.

The approximate lifetime value of the contract is £360,700

This is an existing service.

The intention is to award to the existing provider.

two.2.5) Award criteria

Quality criterion - Name: the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100

Cost criterion - Name: the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by midnight on 20/06/2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


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

3 June 2025

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

UCLan Community Dentists Limited

Preston

Country

United Kingdom

NUTS code
  • UKD4 - Lancashire
Companies House

12125325

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £360,700


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 standstill period begins on the day after the publication of this notice.

This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Representations by providers must be made to decision makers by midnight on 20/06/2025.

Written representations should be sent to caphprocurement@lancashire.gov.uk

Award decision-makers: Lancashire County Council Public Health & Wellbeing Contracts and Procurement Board.

Quality and innovation (30%) - Considering the extensive quality standards required and the benefits seen from innovative approaches has led to a decision to weight this element at 30%.

Value (40%) - Evaluating the overall value as well as the quality and the cost-effectiveness of the service, a weighting of 40% for this criterion is applicable.

Integration, collaboration, and service sustainability (10%) -Requirements for integrating with communities and collaborating with survey sites to ensure the required performance levels has led to a weighting of 10% being applied to this criterion.

Improving access, reducing health inequalities, and facilitating choice (10%) - There is a requirement for the Provider to ensure that all survey participants have equal access. A weighting of 10% is applicable for this criterion.

Social value (10%) - There is a clear focus on opportunities to reduce health inequalities, promote choice, and address social needs. A weighting of 10% for this criterion is applicable.

There were no identified conflicts of interest during this process.

six.4) Procedures for review

six.4.1) Review body

Independent patient choice and procurement panel

England

Country

United Kingdom

Internet address

https://forms.office.com/Pages/ResponsePage.aspx?id=slTDN7CF9UeyIge0jXdO47kp0aGZXo5Il1ClUdRBSnhUMUJDQ0tWN0pEUlhFNjVQTVhZMTBFWTdOSy4u