Tender

Camden and Islington Oral Health Promotion Service

  • London Borough of Camden
  • London Borough of Islington

F02: Contract notice

Notice identifier: 2022/S 000-031223

Procurement identifier (OCID): ocds-h6vhtk-037f2a

Published 4 November 2022, 12:50pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Camden

London Borough of Camden, 5 Pancras Square

London

N1C 4AG

Contact

David Walsh

Email

david.walsh@camden.gov.uk

Country

United Kingdom

Region code

UKI31 - Camden and City of London

Internet address(es)

Main address

https://www.camden.gov.uk

Buyer's address

https://www.camden.gov.uk

one.1) Name and addresses

London Borough of Islington

22 Upper Street

London

N11XR

Contact

Please contact via David Walsh

Email

david.walsh@camden.gov.uk

Country

United Kingdom

Region code

UKI31 - Camden and City of London

Internet address(es)

Main address

https://www.islington.gov.uk/

Buyer's address

https://www.islington.gov.uk/

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://procontract.due-north.com/Advert/Index?advertId=f8a22769-6f5b-ed11-811b-9f38301b3091

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=f8a22769-6f5b-ed11-811b-9f38301b3091

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

Camden and Islington Oral Health Promotion Service

Reference number

DN641220

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Boroughs of Camden and Islington, Public Health, are seeking to award a contract for an Oral Health Promotion Service for Camden and Islington.

Poor oral health can have a detrimental effect on an individual’s physical and psychological well-being and on their quality of life. Despite investment in and focus on oral health promotion and preventative interventions, such as fluoride varnish programmes, oral health remains an important public health issue. We continue to see persistent inequalities in oral health outcomes.

The proposed new contract will be for five years with the possibility of extending for a maximum of a further three years starting from 1st May 2023 with an intention of re-evaluating the Fluoride Programme delivery across both boroughs from Year 3 (May 2025) onwards.

two.1.5) Estimated total value

Value excluding VAT: £2,772,720

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80561000 - Health training services

two.2.3) Place of performance

NUTS codes
  • UKI31 - Camden and City of London
  • UKI43 - Haringey and Islington
Main site or place of performance

The service will be delivered in the London Boroughs of Camden and Islington.

two.2.4) Description of the procurement

The London Boroughs of Camden and Islington are seeking to procure an Oral Health Promotion Service for Camden and Islington.

Poor oral health can have a detrimental effect on an individual’s physical and psychological well-being and on their quality of life. Despite investment in and focus on oral health promotion and preventative interventions, such as fluoride varnish programmes, oral health remains an important public health issue. We continue to see persistent inequalities in oral health outcomes.

The proposed new contract will be for eight (8) years starting from 1st May 2023 with an intention of re-evaluating the Fluoride Programme delivery across both boroughs from Year 3 (May 2025) onwards.

To deliver innovative, evidence-based oral health promotion programmes in Camden and Islington that will improve oral health outcomes for the following groups of people:-

a) Children living in communities with high levels of untreated disease,

b) Older people living in residential and care homes and those living independently,

c) Adults and children with learning disabilities and other special care needs,

d) Adults with alcohol and substance misuse,

e) People with serious mental illness,

f) Homeless people

The service specification lays out the areas of the contract that will be commissioned that includes:

Brushing for Life: Brushing for Life packs 8 month and 2-and-a-half-year review as part of the Healthy Child Programme (0-5).

Tooth-brushing Programme in Children’s Centre Nurseries, children’s centres and targeted early year’s settings with higher proportion of funded two-year-olds.

Health promotion programmes in primary and secondary schools that have been identified as having a “high caries rate”. Groups targeted include Looked After Children and children with special needs.

Oral health promotion programmes for adults with special needs, older people in nursing and residential homes, substance misuse and mental health services/supported accommodation.

Wider Health Promotion Activity such as Epidemiological Surveys and staff training

Targeted Fluoride Varnish Programme for children aged 3 – 10 years old within Children’s Centres and Primary Schools identified as having high % of free school meals with two applications of fluoride varnish and signpost children and their families to local NHS dental services for their continuing care.

The service will be reviewed at the end of year two. The review may lead to the removal of the Fluoride Varnish service. Tenderers are asked to clearly separate their costs.

This service is being procured using the Regime for Social and Other Specific Services as described in Chapter 3, Section 7 of the Public Contracts Regulations 2015. Under Regulation 76, the Council may determine the procedure to be applied in connection with the award of the Contract. The procedure will include selection and award criteria and is similar to an open procurement.

The maximum value for the initial term of five years is £1,732,950

The maximum value including all extensions is £2,772,720

Camden council is leading on the procurement.

For more information, please download the tender documents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The contract is for an initial term of five years with the option at the sole discretion of the councils to extend for three extensions each of one year in length.

This service is being procured using the Regime for Social and Other Specific Services as described in Chapter 3, Section 7 of the Public Contracts Regulations 2015. Under Regulation 76, the Council may determine the procedure to be applied in connection with the award of the Contra. The procedure will include selection and award criteria.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: 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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 December 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 December 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The service sits under the Light Touch Regime of services within the Public Contracts Regulations 2015. This allows the Council to design its own procedure provided that it:

• Compiles with the principles of equal treatment and transparency;

• Carries out the procedure in conformity with the information included; and

• Sets time limits that are reasonable and proportionate.

As the contract value is above the threshold for wider advertising of this type of opportunity a process similar to the open procedure will be used.

six.4) Procedures for review

six.4.1) Review body

Cabinet Officer

70 Whitehall

London

SW1A 2AS

Country

United Kingdom

Internet address

https://www.islington.gov.uk