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
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