Section one: Contracting authority
one.1) Name and addresses
NHS Birmingham and Solihull Integrated Care Board
First Floor Wesleyan Colmore Circus Queensway
Birmingham
B4 6AR
Contact
Claire Pickard
Country
United Kingdom
Region code
UKG31 - Birmingham
Internet address(es)
Main address
https://www.birminghamsolihull.icb.nhs.uk/
Buyer's address
https://www.birminghamsolihull.icb.nhs.uk/
one.1) Name and addresses
NHS Black Country Integrated Care Board
Civic Centre, St Peters Square
Wolverhampton
WV1 1SH
Country
United Kingdom
Region code
UKG38 - Walsall
Internet address(es)
Main address
https://www.blackcountry.icb.nhs.uk
Buyer's address
https://www.blackcountry.icb.nhs.uk
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
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 Orthodontics Services for Birmingham and Walsall (2 Lots)
Reference number
AG22007
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) wish to inform the market of an opportunity to provide Orthodontics Services on behalf of the Commissioners;
For Lot 1: Birmingham
NHS Birmingham and Solihull Integrated Care Board, Alpha Tower, 8th Floor, Suffolk Street Queensway, Birmingham, B1 1TT
For Lot 2: Walsall
NHS Black Country Integrated Care Board, Civic Centre St. Peter's Square, Wolverhampton, WV1 1SH
Orthodontics is the dental specialty concerned with facial growth, development of the dentition and occlusion, and the assessment, diagnosis, interception and treatment of malocclusions and facial irregularities.
Orthodontic treatment must only be undertaken in situations where it is believed to be in the patient’s best interests in terms of their oral health and/ or psychosocial wellbeing. In all situations, the clinical advantages and long-term benefits of Orthodontic treatment must justify such treatment and outweigh any detrimental effects. The overall aim is to provide equitable, accessible, high quality and cost effective specialist Orthodontic Service in line with the National Guide for Commissioning Orthodontics, 2015 and NHS Personal Dental Service Agreement 2023 (see Document 4 published with this tender) and any subsequent revisions.
The service will deliver orthodontic treatment to those patients that have been referred for assessment and subsequently accepted for Orthodontic treatment prior to them reaching the age of 18 years old with an Index of Orthodontic Treatment Need (IOTN) as defined Part 9, (144) of the NHS Personal Dental Service Agreement (currently Dental Health Component 3 Aesthetic Component 6 or above). The service is aimed at those patients who require orthodontic procedures, defined in Section 1.5, that are not expected to be within the remit of general dental practitioners or hospital services. Care for adults (aged 18 years and over) will not normally be carried out except in exceptional circumstances (e.g. orthognathic and/or complex shared cases), and only with the prior agreement of the Commissioner in writing. The exceptional circumstances must be documented in the patient record.
The Preferred Provider must treat all eligible patients and not discriminate in any manner contrary to the relevant regulations. There are no geographical boundaries. The patient must be under regular continuing care of a General Dental Practitioner.
The contract duration for each individual lot is for 10 years with the option to extend for 2 further 5-year periods (maximum contract duration of 20 years). A separate Personal Dental Services (PDS) Agreement will be established with the preferred provider for each Lot.
Following a mobilisation period, the 2 sperate PDS Agreements are expected to start no later than 1st February 2026 and run until 31st January 2036 with an option for the commissioner to extend for a further 2 x 5 year periods until 31st January 2046.
two.1.5) Estimated total value
Value excluding VAT: £37,383,840
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: Birmingham
Lot No
1
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKG31 - Birmingham
Main site or place of performance
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 mile radius of B8 3HU (Alum Rock Road in the ward of Alum Rock).
two.2.4) Description of the procurement
The contract is expected to start no later than 1st February 2026 and run until 31st January 2036 (10 year duration and total value of £9,126,500) with an option for the commissioner to extend for 2 further 5-year periods until 31st January 2046. (20 year duration and total value of £18,253,000)
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: £18,253,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 February 2026
End date
31 January 2046
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
Option for the commissioner to extend for 2 further 5-year periods
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: C321589: COMP: Provision of Orthodontics Services for Birmingham and Walsall.
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: Walsall
Lot No
2
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKG38 - Walsall
Main site or place of performance
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 0.5 mile radius of WS1 1NG (St Matthews Ward).
two.2.4) Description of the procurement
The contract is expected to start no later than 1st February 2026 and run until 31st January 2036 (10 year duration and total value of £9,565,420) with an option for the commissioner to extend for 2 further 5-year periods until 31st January 2046. (20 year duration and total value of £19,130,840)
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: £19,130,840
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 February 2026
End date
31 January 2046
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
Option for the commissioner to extend for 2 further 5-year periods
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: C321589: COMP: Provision of Orthodontics Services for Birmingham and Walsall.
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: 2024/S 000-036976
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 January 2025
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
10 January 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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.
The Basic Selection Questions are scored on a pass/fail basis, and the award criteria for the Key Criteria Questions are scored on a combination of pass/fail and a 0-5 scoring mechanism, as described below.
Key Criteria 1: Quality and Innovation: 38.00%
Key Criteria 2: Value: 14.00%
Key Criteria 3: Integration, Collaboration and Services Sustainability: 11.00%
Key Criteria 4: Improving Access, Reducing Health Inequalities and Facilitating Choice: 21.00%
Key Criteria 5: Social Value: 16.00%
The evaluation steps for Stage One Basic Selection Criteria are as follows;
Step 1: Preliminary compliance review
Step 2: Evaluation of the Basic Selection Criteria responses (Sections A – L)
Step 2a: Moderation of the Basic Selection Criteria responses (Sections A – L)
Step 2b: Clarification (if required, at Commissioners discretion)
Step 2c: Re-moderation (if required)
Step 2d: Provider notification of evaluation outcome
Note only providers who have been notified that they have passed Stage One will be invited to participate in Stage Two.
The evaluation steps for Stage Two Key Criteria are as follows;
Step 1: Preliminary compliance review
Step 2: Evaluation of responses to the Pass/Fail Key Criteria Questions (2.01, 3.03 & 3.04)
Step 2a: Moderation of the Pass/Fail Key Criteria responses (2.01, 3.03 & 3.04)
Step 2b: Clarification (if required, at Commissioners discretion)
Step 2c: Re-moderation (if required)
Step 3: Evaluation of responses to the Scored Key Criteria Questions (Excluding 2.01, 3.03 & 3.04)
Step 3a: Moderation of the Scored Key Criteria responses (Excluding 2.01, 3.03 & 3.04)
Step 3b: Clarification (if required, at Commissioners discretion)
Step 3c: Re-moderation (if required)
Step 4: Provider Notification of Evaluation Outcome
The 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: 16th December 2024 - 10th January 2025
Stage Two Key Selection Criteria Period: 19th February - 14th March 2025
Contract Award: January 2026
Mobilisation: 14th July 2025 - 30th January 2026
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: C321589: COMP: Provision of Orthodontics Services for Birmingham and Walsall (2 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 10th January 2025. 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