Opportunity

Procurement for the provision of Mandatory Dental Services to Kent and Medway ICB, Sussex ICB and Hampshire and Isle of Wight ICB

  • NHS Kent and Medway Integrated Care Board
  • NHS Sussex Integrated Care Board
  • NHS Hampshire and Isle of Wight Integrated Care Board

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

Notice reference: 2022/S 000-031318

Published 5 November 2022, 6:50am



Section one: Contracting authority

one.1) Name and addresses

NHS Kent and Medway Integrated Care Board

2nd floor, Gail House, Lower Stone Street

Maidstone

ME15 6NB

Contact

Phil Fear

Email

scwcsu.procurement@nhs.net

Country

United Kingdom

NUTS code

UKJ4 - Kent

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.kentandmedway.icb.nhs.uk/contact-us

Buyer's address

https://health-family.force.com/s/Welcome

one.1) Name and addresses

NHS Sussex Integrated Care Board

Wicker House, High Street

Worthing

BN11 1DJ

Contact

Phil Fear

Email

scwcsu.procurement@nhs.net

Country

United Kingdom

NUTS code

UKJ2 - Surrey, East and West Sussex

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.sussex.ics.nhs.uk/

Buyer's address

https://health-family.force.com/s/Welcome

one.1) Name and addresses

NHS Hampshire and Isle of Wight Integrated Care Board

Hampshire Police and Fire Headquarters, Leigh Road

Eastleigh

SO50 9SJ

Contact

Phil Fear

Email

scwcsu.procurement@nhs.net

Country

United Kingdom

NUTS code

UKJ3 - Hampshire and Isle of Wight

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.hantsiowhealthandcare.org.uk/icb

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 the above-mentioned address

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

Procurement for the provision of Mandatory Dental Services to Kent and Medway ICB, Sussex ICB and Hampshire and Isle of Wight ICB

Reference number

PR00384 - Batch 4

two.1.2) Main CPV code

  • 85130000 - Dental practice and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Kent and Medway Integrated Care Board (ICB), Sussex ICB, and Hampshire and Isle of Wight ICB are seeking to commission Mandatory Dental Services (MDS) in the Kent, Sussex and Hampshire and Isle of Wight area. The Commissioner will be contracting for the services using the Standard clauses for a Personal Dental Services agreement.

The contract term will be for a term of up to 119 months, and is due to commence from 25 April 2023. The Commissioner has a maximum budget of £6,147,822 per annum for all Lots.

The procurement is split into a number of lots so as to provide maximum flexibility to both the Commissioner and Bidders, and interested parties may bid for one or two lots per County. The Commissioners seek tender responses from providers who have the capability and capacity to undertake such a contract. This procurement is being carried out by NHS South, Central & West Commissioning Support Unit (SCW) on behalf of the Commissioners.

The aims for MDS provision are to:

• contribute to improving oral and general health;

• reduce inequalities in health and access to dental care by providing extra support to groups of vulnerable adults and children. This includes, but is not limited to, children under 5 years old, residents of care homes, patients weighing up to 300kg (47 stones) and other vulnerable groups;

• provide access to NHS dental services to ensure equity and consistency of provision;

• provide bookable appointments outside of core hours;

• deliver appropriate, efficient and cost-effective services within the service provision framework of the NHS (General Dental Services/Personal Dental Services) Regulations 2005 and any subsequent revisions;

• provide high quality dental services;

• provide access within contracted hours to unassociated patients identified as having an urgent dental need via NHS 111, NHS Dental Helpline, out of hours services and self-referral;

• refer patients to other NHS services as appropriate in line with the relevant local protocols and guidance;

• establish a positive working relationship between the Commissioner and Provider to facilitate and maximise high quality service delivery;

• develop services in line with the evolving strategic approach to primary care dental provision and align with the priorities of the NHS Long Term Plan - www.longtermplan.nhs.uk;

• promote overall health in line with Making Every Contact Count.

Interested parties who wish to take part in the procurement are invited to take part in an Invitation To Tender (ITT) process, based on the open procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.

All ITT responses must be returned by 12 noon on 15th December 2022, at the latest.

Atamis: Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

In order to submit a bid, you will need to be registered on Atamis and 'express an interest', and then complete a Bid response as specified within the procurement documents.

On registration, please include at least two contacts to allow for access to the system in times of absence.

An early engagement market notice was published in relation to this procurement in September 2022, in order to facilitate early engagement with potential providers. Please note that this previous notice was an information gathering exercise rather than a call for competition in its own right. Although those who responded to that notice will be advised that this contract notice has been published, there will be no process exemptions or preferential treatment afforded to any parties who expressed an interest at that stage.

two.1.5) Estimated total value

Value excluding VAT: £61,073,980

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
5

two.2) Description

two.2.1) Title

MDS4-1 Swale

Lot No

MDS4-1

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Lot name MDS4-1

Total UDA activity (annual) 7,300

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.6) Estimated value

Value excluding VAT: £2,218,387

two.2.7) Duration of the contract or the framework agreement

Duration in months

119

two.2.14) Additional information

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations

two.2) Description

two.2.1) Title

MDS4-2 Dover

Lot No

MDS4-2

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Lot name MDS4-2

Total UDA activity (annual) 21,000

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.6) Estimated value

Value excluding VAT: £6,085,421

two.2.7) Duration of the contract or the framework agreement

Duration in months

119

two.2.14) Additional information

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations

two.2) Description

two.2.1) Title

MDS4-3 Dartford

Lot No

MDS4-3

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Lot name MDS4-3

Total UDA activity (annual) 21,000

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.6) Estimated value

Value excluding VAT: £6,085,421

two.2.7) Duration of the contract or the framework agreement

Duration in months

119

two.2.14) Additional information

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations

two.2) Description

two.2.1) Title

MDS4-4 Canterbury

Lot No

MDS4-4

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Lot name MDS4-4

Total UDA activity (annual) 3,500

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.6) Estimated value

Value excluding VAT: £1,014,237

two.2.7) Duration of the contract or the framework agreement

Duration in months

119

two.2.14) Additional information

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations

two.2) Description

two.2.1) Title

MDS4-5 Tonbridge and Malling

Lot No

MDS4-5

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Lot name MDS4-5

Total UDA activity (annual) 21,000

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.6) Estimated value

Value excluding VAT: £5,935,216

two.2.7) Duration of the contract or the framework agreement

Duration in months

119

two.2.14) Additional information

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations

two.2) Description

two.2.1) Title

MDS4-6 Sevenoaks

Lot No

MDS4-6

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Lot name MDS4-6

Total UDA activity (annual) 15,500

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.6) Estimated value

Value excluding VAT: £4,380,754

two.2.7) Duration of the contract or the framework agreement

Duration in months

119

two.2.14) Additional information

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations

two.2) Description

two.2.1) Title

MDS4-7 Brighton and Hove

Lot No

MDS4-7

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

Lot name MDS4-7

Total UDA activity (annual) 21,000

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.6) Estimated value

Value excluding VAT: £6,085,421

two.2.7) Duration of the contract or the framework agreement

Duration in months

119

two.2.14) Additional information

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations

two.2) Description

two.2.1) Title

MDS4-8 Arun

Lot No

MDS4-8

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

Lot name MDS4-8

Total UDA activity (annual) 21,000

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.6) Estimated value

Value excluding VAT: £6,085,421

two.2.7) Duration of the contract or the framework agreement

Duration in months

119

two.2.14) Additional information

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations

two.2) Description

two.2.1) Title

MDS4-9 Worthing

Lot No

MDS4-9

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

Lot name MDS4-9

Total UDA activity (annual) 37,500

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.6) Estimated value

Value excluding VAT: £10,866,824

two.2.7) Duration of the contract or the framework agreement

Duration in months

119

two.2.14) Additional information

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations

two.2) Description

two.2.1) Title

MDS4-10 Chichester

Lot No

MDS4-10

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

Lot name MDS4-10

Total UDA activity (annual) 21,000

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.6) Estimated value

Value excluding VAT: £5,935,216

two.2.7) Duration of the contract or the framework agreement

Duration in months

119

two.2.14) Additional information

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations

two.2) Description

two.2.1) Title

MDS4-11 Southampton

Lot No

MDS4-11

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Lot name MDS4-11

Total UDA activity (annual) 21,000

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.6) Estimated value

Value excluding VAT: £6,381,661

two.2.7) Duration of the contract or the framework agreement

Duration in months

119

two.2.14) Additional information

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.2) Administrative information

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

Date

15 December 2022

Local time

12:00pm

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

English


Section six. Complementary information

six.3) Additional information

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations

six.4) Procedures for review

six.4.1) Review body

High Court in London

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.