Contract

Mobile Dental Provision to Secure and Forensic Services

  • Norfolk and Suffolk NHS Foundation Trust

F03: Contract award notice

Notice identifier: 2024/S 000-035040

Procurement identifier (OCID): ocds-h6vhtk-04b248

Published 29 October 2024, 2:49pm



Section one: Contracting authority

one.1) Name and addresses

Norfolk and Suffolk NHS Foundation Trust

County Hall

NORWICH

NR1 2DH

Contact

Steven Worley

Email

steven.worley@nchc.nhs.uk

Telephone

+44 1603785866

Country

United Kingdom

Region code

UKH15 - Norwich and East Norfolk

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.nsft.nhs.uk

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

Mobile Dental Provision to Secure and Forensic Services

two.1.2) Main CPV code

  • 85130000 - Dental practice and related services

two.1.3) Type of contract

Services

two.1.4) Short description

General dental services equivalent to that provided to the general population:

• Assessment of oral health

• Treatment of any identified disease

Routine care will include:

• Regular (6 - 12 monthly according to need and identified risk) oral health assessment including x-rays as needed.

• Scale and polish as needed

• Fillings, extractions and other treatment as appropriate

• Onward referral to Tier 3 services if indicated

• Onward referral under urgent pathway for suspected malignancy if indicated

At the start of the contract initial assessments are to be offered to all in-patients in order to triage and prioritise the patients at more immediate need of active treatment. Needs assessment to take place within 8 weeks of contract start. Initial clinical assessments of likely treatment need to be undertaken at Foxhall House, C/o

Ribbans Park (formerly St Clements Hospital).

Appointments for treatment to be offered at Provider's dental facility within reasonable proximity of Foxhall House, usually in a separate session solely for the secure service patients - this can be negotiated according to assessed need/patient factors.

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: £11,600

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
Main site or place of performance

Foxhall House, C/o Ribbans Park (formerly St Clements Hospital), Foxhall Road, Ipswich, IP3 8LS.

two.2.4) Description of the procurement

General dental services equivalent to that provided to the general population:

• Assessment of oral health

• Treatment of any identified disease

Routine care will include:

• Regular (6 - 12 monthly according to need and identified risk) oral health assessment

including x-rays as needed.

• Scale and polish as needed

• Fillings, extractions and other treatment as appropriate

• Onward referral to Tier 3 services if indicated

• Onward referral under urgent pathway for suspected malignancy if indicated

At the start of the contract initial assessments are to be offered to all in-patients in order to triage and prioritise the patients at more immediate need of active treatment. Needs assessment to take place within 8 weeks of contract start.

Initial clinical assessments of likely treatment need to be undertaken at Foxhall House, C/o Ribbans Park (formerly St Clements Hospital).

Appointments for treatment to be offered at Provider's dental facility within reasonable proximity of Foxhall House, usually in a separate session solely for the secure service patients - this can be agreed according to assessed need/patient factors.

Oral health education sessions to be delivered to secure service staff and in-patients at timings and frequency to be agreed.

Number of in-patients potentially requiring care at any one time: 16, not all of whom will want to be seen

Number of 4hr treatment sessions per annum: 4-5 sessions per annum depending on assessed need for treatment and ongoing care

Oral health education sessions to be delivered to secure service staff and in-patients at timings and frequency to be agreed.

two.2.5) Award criteria

Quality criterion - Name: most suitable provider process with regard to the key criteria / Weighting: 100

Price - Weighting: 0

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 publication of this notice marks the start of the standstill period.

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

29 October 2024

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

Community Dental Service CIC

Sharnbrook

Country

United Kingdom

NUTS code
  • UKH - East of England
Companies House

07476618

The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £11,600

Total value of the contract/lot: £11,600


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 publication of this notice marks the start of the standstill period.

Representations by providers must be made to the relevant authority by Friday 8th November September 2024 - via Steven.Worley@nchc.nhs.uk

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

The Conflicts of interest identified among the group is None.

This contract is to be awarded using the Most Suitable Provider requirements of the Provider Selection Regime 2023. The Trust is of the view, taking into account likely providers and all

relevant information available to the relevant authority at the time, that it is likely to be able to identify the most suitable provider (without running a competitive process).

Key Decision Makers:

Dr Helene Barclay (Speciality Doctor, Secure Service)

Josefina Zenzer (Contracts Manager)

six.4) Procedures for review

six.4.1) Review body

Norfolk Community Health and Care NHS Trust

Norwich

Country

United Kingdom