Tender

Provision of Intermediate Minor Oral Surgery Dental Services in Coventry and Warwickshire

  • NHS Coventry and Warwickshire Integrated Care Board

F02: Contract notice

Notice identifier: 2024/S 000-038082

Procurement identifier (OCID): ocds-h6vhtk-041c0d

Published 25 November 2024, 5:31pm



Section one: Contracting authority

one.1) Name and addresses

NHS Coventry and Warwickshire Integrated Care Board

Westgate House Market Street

Warwick

CV34 4DE

Contact

Stacey Thrower

Email

stacey.thrower@nhs.net

Country

United Kingdom

Region code

UKG33 - Coventry

Internet address(es)

Main address

https://www.happyhealthylives.uk/

Buyer's address

https://www.happyhealthylives.uk/

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

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Provision of Intermediate Minor Oral Surgery Dental Services in Coventry and Warwickshire

Reference number

AG23008

two.1.2) Main CPV code

  • 85130000 - Dental practice and related services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Arden & Greater East Midlands Commissioning Support Unit (AGEM CSU) on behalf of NHS Coventry and Warwickshire Integrated Care Board (ICB) (referred to as the Commissioner) wish to inform the market of an opportunity to provide Intermediate Minor Oral Surgery (IMOS) including treatment under Conscious Sedation across the Coventry and Warwickshire ICB area for the following lots;

Lot 1: Coventry
Lot 2: Nuneaton or Bedworth
Lot 3: Rugby
Lot 4: Warwick or Leamington Spa with a spoke site in Stratford -upon-Avon

The specialty of Oral Surgery (OS) deals with the diagnosis and management of pathology of the mouth and jaws that requires surgical intervention. Oral Surgery involves the treatment of children, (as set out in the IMOS specification found in document 3 (published with the competitive process documentation) in respect of procedures 3 and 4 only), adolescents and adults, and the management of dentally anxious and/or medically complex patients.

Oral Surgery care is provided by Oral Surgeons and by Oral & Maxillofacial Surgeons as the clinical competencies of these two specialties overlap.

Lot 1 to Lot 4, contract duration is for 7 years (total value £10,126,171) with the option to extend for a further 3 years (total contract duration 10 years, total value £14,465,960). A separate Personal Dental Services Agreement will be established with the preferred provider for each Lot. Following a mobilisation period, the contract is expected to start on 1st December 2025 and run until 30th November 2032 with an option for the commissioner to extend for a period or periods of up to 3 years until 30th November 2035.

This Competitive process will be split into two stages.

The first stage will be based on the Basic Selection Criteria and only providers who pass stage one (1) will be invited to take part in stage two (2) which will be based on Key Criteria in accordance with the Provider Selection Regime as listed below:

1.Quality and Innovation
2.Value
3.Integration, Collaboration and Service Sustainability
4.Improving access, Reducing Health Inequalities, and Facilitating Choice
5.Social Value

The proposed indicative timeline for the procurement is as follows (please note this is subject to change at the Commissioners discretion):

Stage One Basic Selection Criteria Period: 25th November - 13th December 2024
Stage Two Key Selection Criteria Period: 3rd February - 21st February 2025
Contract Award: 19th May - 30th May 2025
Mobilisation: 1st June - 30th November 2025

The deadline for Submission of Stage 1 Basic Selection Criteria of this Competitive Process is 12:00pm (Mid-day) on Friday 13th December 2024.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Coventry

Lot No

1

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKG33 - Coventry
Main site or place of performance

Coventry

two.2.4) Description of the procurement

Lot 1 - Coventry

The estimated annual agreement value will be the price per Unit of Dental Activity
(UDA) multiplied by the number of UDAs being commissioned as stated in Document 1 (This can be found in the document section within the project on Atamis).

The following non-negotiable UDA rates have been set for this service.

• Assessment only and referral back to the GDP or onward to Acute setting (1 UDA per referral @ £51.91)
• Extraction with Local Anaesthetic, inclusive of assessment (3 UDAs at a price of £155.73 for each course of treatment of Minor Oral Surgery from first appointment to discharge)
• Extraction with Conscious Sedation (£173.08 per patient plus 3 UDAs for the Extraction).

The Preferred Provider for each lot is to deliver the UDAs as detailed in table 1.7.1 within Document 1 (10,500 Units of Dental Activity) from December 2025 and every year thereafter for the remaining contract term.

For avoidance of doubt the price per 1 UDA is £51.91, 3 UDAs is £155.73 and Extraction with Conscious Sedation is £173.08 plus 3 UDAs for the extraction. These prices are fixed for the duration of the contract, unless adjusted by Doctors’ and Dentists’ Review Body (DDRB) uplift in subsequent years. All quoted prices will be increased in line with the annual DDRB uplift, up to and beyond the service commencement date.

The Commissioner is not providing premises nor proposing specific premises where the services are to be delivered from; however, all proposed premises must be located within 1 of the 13 postcode areas listed below;

• CV4 8
• CV5 6
• CV1 4
• CV1 2
• CV1 1
• CV1 5
• CV2 4
• CV6 5
• CV6 7
• CV6 6
• CV6 3
• CV6 1
• CV1 3

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: £6,026,906

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

Start date

1 December 2025

End date

30 November 2035

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: Yes

Description of options

The contract is expected to start on 1st December 2025 and run until 30th November 2032 (7 year duration and total value of £4,218,834) with an option for the commissioner to extend for a period or periods of up to 3 years until 30th November 2035. (10 year duration and total value of £6,026,906)

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

This is a Provider Selection Regime(PSR) Contract Notice. The awarding of this contract is subject to the HealthCare 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 Contracting Authority will be using an eTendering system for this procurement exercise.
Further information and the Competitive Process documentation can be found via the' Live Opportunities' list on the e-tendering system at the following link:

https://health-family-contract-search.secure.force.com/?searchtype=Projects

You can also register your interest via this page. You can search for the opportunity by entering the following contract reference: C286822: COMPETITIVE PROCESS: IMOS in Coventry and Warwickshire (4 Lots).

Neither the publication of this notice nor the employment of any particular terminology nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations.

Please see published Competitive Process procurement documentation for further details.

two.2) Description

two.2.1) Title

Lot 2 - Nuneaton or Bedworth

Lot No

2

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
Main site or place of performance

Nuneaton or Bedworth

two.2.4) Description of the procurement

Lot 2 - Nuneaton or Bedworth

The estimated annual agreement value will be the price per Unit of Dental Activity
(UDA) multiplied by the number of UDAs being commissioned as stated in Document 1 (This can be found in the document section within the project on Atamis).

The following non-negotiable UDA rates have been set for this service.

• Assessment only and referral back to the GDP or onward to Acute setting (1 UDA per referral @ £51.91)
• Extraction with Local Anaesthetic, inclusive of assessment (3 UDAs at a price of £155.73 for each course of treatment of Minor Oral Surgery from first appointment to discharge)
• Extraction with Conscious Sedation (£173.08 per patient plus 3 UDAs for the Extraction).

The Preferred Provider for each lot is to deliver the UDAs as detailed in table 1.7.1 within Document 1 (5250 Units of Dental Activity) from December 2025 and every year thereafter for the remaining contract term.

For avoidance of doubt the price per 1 UDA is £51.91, 3 UDAs is £155.73 and Extraction with Conscious Sedation is £173.08 plus 3 UDAs for the extraction. These prices are fixed for the duration of the contract, unless adjusted by Doctors’ and Dentists’ Review Body (DDRB) uplift in subsequent years. All quoted prices will be increased in line with the annual DDRB uplift, up to and beyond the service commencement date.

The Commissioner is not providing premises nor proposing specific premises where the services are to be delivered from; however, all proposed premises must be located within 1 of the 4 postcode areas listed below;

• CV11 5
• CV11 4
• CV12 9
• CV12 8

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: £3,014,319

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

Start date

1 December 2025

End date

30 November 2035

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: Yes

Description of options

The contract is expected to start on 1st December 2025 and run until 30th November 2032 (7 year duration and total value of £2,110,023) with an option for the commissioner to extend for a period or periods of up to 3 years until 30th November 2035. (10 year duration and total value of £3,014,319)

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

This is a Provider Selection Regime(PSR) Contract Notice. The awarding of this contract is subject to the HealthCare 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 Contracting Authority will be using an eTendering system for this procurement exercise.
Further information and the Competitive Process documentation can be found via the' Live Opportunities' list on the e-tendering system at the following link:

https://health-family-contract-search.secure.force.com/?searchtype=Projects

You can also register your interest via this page. You can search for the opportunity by entering the following contract reference: C286822: COMPETITIVE PROCESS: IMOS in Coventry and Warwickshire (4 Lots).

Neither the publication of this notice nor the employment of any particular terminology nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations.

Please see published Competitive Process procurement documentation for further details.

two.2) Description

two.2.1) Title

Lot 3 - Rugby

Lot No

3

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
Main site or place of performance

Rugby

two.2.4) Description of the procurement

Lot 3 - Rugby

The estimated annual agreement value will be the price per Unit of Dental Activity
(UDA) multiplied by the number of UDAs being commissioned as stated in Document 1 (This can be found in the document section within the project on Atamis).

The following non-negotiable UDA rates have been set for this service.

• Assessment only and referral back to the GDP or onward to Acute setting (1 UDA per referral @ £51.91)
• Extraction with Local Anaesthetic, inclusive of assessment (3 UDAs at a price of £155.73 for each course of treatment of Minor Oral Surgery from first appointment to discharge)
• Extraction with Conscious Sedation (£173.08 per patient plus 3 UDAs for the Extraction).

The Preferred Provider for each lot is to deliver the UDAs as detailed in table 1.7.1 within Document 1 (4200 Units of Dental Activity) from December 2025 and every year thereafter for the remaining contract term.

For avoidance of doubt the price per 1 UDA is £51.91, 3 UDAs is £155.73 and Extraction with Conscious Sedation is £173.08 plus 3 UDAs for the extraction. These prices are fixed for the duration of the contract, unless adjusted by Doctors’ and Dentists’ Review Body (DDRB) uplift in subsequent years. All quoted prices will be increased in line with the annual DDRB uplift, up to and beyond the service commencement date.

The Commissioner is not providing premises nor proposing specific premises where the services are to be delivered from; however, all proposed premises must be located within 1 of the 4 postcode areas listed below;

• CV21 2
• CV21 3
• CV22 6
• CV22 7

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: £2,410,416

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

Start date

1 December 2025

End date

30 November 2035

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: Yes

Description of options

The contract is expected to start on 1st December 2025 and run until 30th November 2032 (7 year duration and total value of £1,687,291) with an option for the commissioner to extend for a period or periods of up to 3 years until 30th November 2035. (10 year duration and total value of £2,410,416)

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

This is a Provider Selection Regime(PSR) Contract Notice. The awarding of this contract is subject to the HealthCare 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 Contracting Authority will be using an eTendering system for this procurement exercise.
Further information and the Competitive Process documentation can be found via the' Live Opportunities' list on the e-tendering system at the following link:

https://health-family-contract-search.secure.force.com/?searchtype=Projects

You can also register your interest via this page. You can search for the opportunity by entering the following contract reference: C286822: COMPETITIVE PROCESS: IMOS in Coventry and Warwickshire (4 Lots).

Neither the publication of this notice nor the employment of any particular terminology nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations.

Please see published Competitive Process procurement documentation for further details.

two.2) Description

two.2.1) Title

Lot 4 - Warwick or Leamington Spa with a spoke site in Stratford- upon -Avon

Lot No

4

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
Main site or place of performance

Warwick or Leamington Spa with a spoke site in Stratford- upon -Avon

two.2.4) Description of the procurement

Lot 4 - Warwick or Leamington Spa with a spoke site in Stratford- upon -Avon

The estimated annual agreement value will be the price per Unit of Dental Activity
(UDA) multiplied by the number of UDAs being commissioned as stated in Document 1. (This can be found in the document section within the project on Atamis)

The following non-negotiable UDA rates have been set for this service.

• Assessment only and referral back to the GDP or onward to Acute setting (1 UDA per referral @ £51.91)
• Extraction with Local Anaesthetic, inclusive of assessment (3 UDAs at a price of £155.73 for each course of treatment of Minor Oral Surgery from first appointment to discharge)
• Extraction with Conscious Sedation (£173.08 per patient plus 3 UDAs for the Extraction).

The Preferred Provider for each lot is to deliver the UDAs as detailed in table 1.7.1 within Document 1 (5250 Units of Dental Activity) from December 2025 and every year thereafter for the remaining contract term.

For avoidance of doubt the price per 1 UDA is £51.91, 3 UDAs is £155.73 and Extraction with Conscious Sedation is £173.08 plus 3 UDAs for the extraction. These prices are fixed for the duration of the contract, unless adjusted by Doctors’ and Dentists’ Review Body (DDRB) uplift in subsequent years. All quoted prices will be increased in line with the annual DDRB uplift, up to and beyond the service commencement date.

For Lot 4 the “Hub and spoke” service in Warwick or Leamington Spa will also allow IMOS services to be provided to patients within the locality of Stratford-upon-Avon. The “Hub” being located in Warwick or Leamington Spa identified postcodes and the “spoke” being located in Stratford-upon-Avon identified post codes. Conscious sedation for this lot would only be delivered from the Hub site in Warwick or Leamington Spa.

The Commissioner is not providing premises nor proposing specific premises where the services are to be delivered from; however, all proposed premises for the hub must be located within 1 of the 3 postcode areas listed below;

• CV34 4
• CV32 5
• CV32 4

All proposed premises for the spoke site must be located within the postcode area listed below;

• CV37 6

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: £3,014,319

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

Start date

1 December 2025

End date

30 November 2035

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: Yes

Description of options

The contract is expected to start on 1st December 2025 and run until 30th November 2032 (7 year duration and total value of £2,110,023) with an option for the commissioner to extend for a period or periods of up to 3 years until 30th November 2035. (10 year duration and total value of £3,014,319)

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

This is a Provider Selection Regime(PSR) Contract Notice. The awarding of this contract is subject to the HealthCare 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 Contracting Authority will be using an eTendering system for this procurement exercise.
Further information and the Competitive Process documentation can be found via the' Live Opportunities' list on the e-tendering system at the following link:

https://health-family-contract-search.secure.force.com/?searchtype=Projects

You can also register your interest via this page. You can search for the opportunity by entering the following contract reference: C286822: COMPETITIVE PROCESS: IMOS in Coventry and Warwickshire (4 Lots).

Neither the publication of this notice nor the employment of any particular terminology nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations.

Please see published Competitive Process procurement documentation for further details.


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


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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-034577

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

Date

13 December 2024

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

13 December 2024

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This is a Provider Selection Regime(PSR) Contract Notice. The awarding of this contract is subject to the HealthCare 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 Contracting Authority will be using an eTendering system for this procurement exercise.
Further information and the Competitive Process documentation can be found via the' Live Opportunities' list on the e-tendering system at the following link:

https://health-family-contract-search.secure.force.com/?searchtype=Projects

You can also register your interest via this page. You can search for the opportunity by entering the following contract reference: C286822: COMPETITIVE PROCESS: IMOS in Coventry and Warwickshire (4 Lots).

Neither the publication of this notice nor the employment of any particular terminology nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations.

Please see published Competitive Process procurement documentation for further details.

The deadline for Stage 1 submissions is 12:00pm (Mid-day) on Friday 13th December 2024. Further Stage 2 deadlines are articulated in Document 1 located in the documents folder on the Atamis portal.

six.4) Procedures for review

six.4.1) Review body

High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

NHS Arden and GEM CSU

St John's House, East Street

Leicester

LE1 6NB

Country

United Kingdom

Internet address

https://www.ardengemcsu.nhs.uk/

six.4.4) Service from which information about the review procedure may be obtained

NHS Arden and GEM CSU

St John's House, East Street

Leicester

LE1 6NB

Country

United Kingdom

Internet address

https://www.ardengemcsu.nhs.uk/