Section one: Contracting authority
one.1) Name and addresses
NHS Norfolk and Waveney Integrated Care Board
8th Floor, County Hall, Martineau Lane
Norwich
NR1 2DH
Contact
Neelam Saroe
Country
United Kingdom
Region code
UKH15 - Norwich and East Norfolk
Internet address(es)
Main address
https://www.improvinglivesnw.org.uk/
Buyer's address
https://www.improvinglivesnw.org.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
Dental Out of Hours Service across Kings Lynn
Reference number
AG25517
two.1.2) Main CPV code
- 85130000 - Dental practice and related services
two.1.3) Type of contract
Services
two.1.4) Short description
**This is a Contract Notice**
NHS Norfolk and Waveney Integrated Care Board (referred to as the Commissioner) is inviting suitably qualified and experienced providers to deliver Dental Out of Hours Services for Kings Lynn as described in this document and within the published tender.
The Commissioner would like to procure a Dental Out of Hours Services Contracts, under a Personal Dental Services Agreement (PDS) for a duration of 4 years with the commissioner having the option to extend the Contract for up to a further 12 months to service the population of Kings Lynn.
The services are to provide Dental Out of Hours Services at weekends and Bank Holidays throughout the entirety of the year. Providers are to note, the Commissioner will not be providing any premises for the delivery of the services. Therefore, it is the Providers responsibility to source a premises solution for the Service Commencement date of 1st December 2025.
Key points for consideration for interested providers are: -
1. Must be a current provider for dental services
2. Must already be CQC registered.
3. Must have available or access to workforce capacity to provide the procured services
4. Must have the ability to mobilise quickly (for example within 2 months) due to working to a limited timeline.
5. Must be willing to work with system partners (e.g. 111 or GP Front Door) who will signpost patients to the service.
6. Must have suitable premises as described above.
The contractual agreement between the successful Provider will be for a maximum of 4 years with the Commissioner having the option to extend the Contract for up to a further 12 months (total contract duration 5 years). The Service is intended to be provided between 1 December 2025 – 30 November 2030 (5 years).
Please note the deadline for responses to the Competitive Process is 10:00AM on Tuesday 26 August 2025.
two.1.5) Estimated total value
Value excluding VAT: £383,736
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKH15 - Norwich and East Norfolk
Main site or place of performance
Kings Lynn
two.2.4) Description of the procurement
The service is to provide urgent dental treatment at weekends and Bank Holidays. Providers are to note, the Commissioner will not be providing any premises for the delivery of the services. Therefore, it will be the responsibility of the new Provider to source suitable premises for the delivery of these services. The premises solution needs to be provided in line with NHS England Clinical Standard for Urgent Dental Treatment, in a location that promotes access. Access should be considered for those arriving on foot, bicycle, wheelchair, mobility scooters, by car or by public transport, with services being accessible by all.
The premises solution for the services are expected to be within 5 miles of Central Kings Lynn (PE30 postcode). As part of the tender exercise, Providers will need to provide evidence of their premises solution, ensuring that they are in the specified locations, provide ownership/agreement details, and floorplans. Failure to meet the premises requirements may result in bids being rejected.
The estimated total value of the contract (4 years with the option to extend for a further 12 months) is £383,760.
The service is expected to cover the following:
2 sessions on Saturdays
1 session on Sundays
1 session on Bank Holidays
The Commissioner would expect 6 patients to be seen per session.
Please note the deadline for bid submissions is 10am on Tuesday 26 August 2025.
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: £383,736
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
4 years with the Commissioner having the option to extend the Contract for up to a further 12 months (total contract duration 5 years).
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-041517
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 August 2025
Local time
10:00am
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
26 August 2025
Local time
10:00am
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 Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Procurement Act 2023 do not apply to this award.
The Contracting Authority will be using an eTendering system for this procurement exercise.
Further information and the ITT documentation can be found via the 'Live Opportunities' list on the e-tendering system at the following link:
https://atamis-1928.my.salesforce-sites.com/?SearchType=Projects
You can also register your interest via this page. You can search for the opportunity by entering the following contract reference: C377280 - Dental Out of Hours Services for Kings Lynn. Please see published procurement documentation for further details.
The Basic Selection Questions are evaluated on a Pass/Fail or For Information only basis. The Key Criteria Questions are evaluated on a 0-5 scoring mechanism described in Document 1, and are weighted as follows:'
Key Criteria 1: Quality and Innovation: 50.00%
Key Criteria 2: Value: 0.00%
Key Criteria 3: Integration, Collaboration and Services Sustainability: 28.00%
Key Criteria 4: Improving Access, Reducing Health Inequalities and Facilitating Choice: 19.00%
Key Criteria 5: Social Value: 3.00%
The evaluation stages are as follows;
Stage 1: Preliminary compliance review
Stage 2: Evaluation of the Basic Selection and Key Criteria Questions
Stage 3a: Moderation
Stage 3b: Clarification
Stage 3c: Re-Moderation if required
Basic Selection Criteria and Key Criteria Questions will be evaluated and moderated together. The service will be awarded to the Provider that passes the Basic Selection Criteria and achieves the highest Key Criteria score.
Please note the deadline for responses to the Competitive Process is 10:00am on Tuesday 26 August 2025.
six.4) Procedures for review
six.4.1) Review body
NHS England Independent Patient Choice and Procurement Panel
London
London
SE1 8UG
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
NHS Arden and Greater East Midlands Commissioning Support Unit
Cardinal Square, 10 Nottingham Road
Derby
DE1 3QT
Country
United Kingdom