Scope
Reference
KMCPH-046
Description
Tenders are invited by the Council from Providers with relevant experience and ability to demonstrate sufficient capacity for the provision of a Supervised Teeth Brushing Scheme (the "Services").
This project will build on and enhance the existing supervised toothbrushing work already happening in Kirklees. The current work has a focus on 2, 3, and 4 years olds within early years settings. The current work also provides settings with advice, support and guidance around developing and implementing healthy food and drink policies.
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Healthcare Services (Provider Selection Regime) Regulation 2023. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 and/or Procurement Act 23 do not apply to this award.
Award Criteria
Quality & Innovation - 50%
Value - 5%
Integration, Collaboration & Service Sustainability - 20%
Improving Equitable Access, Reducing Health Inequalities & Facilitating Choice - 20%
Social Value - 5%
Further information on award criteria, information on the key criteria and how the contract award criteria will be assessed is all available in the tender documentation.
Total value (estimated)
- £418,891.53 excluding VAT
- £502,869.84 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 January 2026 to 31 December 2026
- Possible extension to 31 December 2029
- 4 years
Description of possible extension:
Option to extend for up to a further 3 years subject to funding up to 31/12/2029
Main procurement category
Services
CPV classifications
- 85130000 - Dental practice and related services
- 85140000 - Miscellaneous health services
Contract locations
- UKE44 - Calderdale and Kirklees
Participation
Legal and financial capacity conditions of participation
Suppliers will Pass or Fail on the basis of being financially viable for the Contract tendered for.
The rationale applied will be:
• an annual turnover of at least two times the annual contract value (£251,434); and
• a positive net worth
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
22 September 2025, 5:00pm
Submission type
Tenders
Tender submission deadline
29 September 2025, 1:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
18 November 2025
Award criteria
Name | Type | Weighting |
---|---|---|
Quality | Quality | 100% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Light touch
Competitive flexible procedure description
The Most Advantageous Tender ("MAT") will be identified by the process, as detailed below:
Stage 1 - Completeness and Compliance Checks
Submitted Tenders will initially be checked for compliance with the instructions provided in this document, including confirmation that the documents have been completed fully and correctly and have been signed as requested. Failure to correctly complete and sign all the relevant documentation may result in your Tender being treated as non-compliant and the Tender may be eliminated from the process at this stage and not considered further.
Where a Tender Submission is received from a Tenderer who is not registered on the Central Digital Platform and/or who has not submitted up-to-date core supplier information on the Central Digital Platform, their submission will be rejected from the tender process and no further evaluation will be undertaken.
Stage 2 - Exclusion Grounds
The Council will confirm that neither the Supplier or any Connected Person(s), Associated Person(s) or proposed sub-contractors are listed on the Cabinet Office Debarment List. To the extent that any such entities are listed on the Debarment List, the Council will consider whether to exclude the Supplier from participating in the procurement process.
In addition, the Council will consider whether any Supplier or Connected Person(s), or Associated Person(s) relied on to meet the Conditions of Participation are an Excluded or Excludable Supplier, providing the Supplier reasonable opportunity to make representations and provide evidence as is proportionate to the circumstances. If the Provider is an Excluded or Excludable Supplier only by virtue of an Associated Person, the Council will notify the Supplier of its intention to exclude the Supplier and provide the Supplier with reasonable opportunity to replace the Associated Person.
Where the Council determines that a Supplier is an Excluded Supplier on either of the above grounds, no further evaluation of the Tender Submission will be undertaken.
Stage 3 - Conditions of Participation
The suitability of Suppliers will be assessed in accordance with the specified Conditions of Participation contained within the Basic Selection Questionnaire. This will be marked purely on a pass or fail basis to ensure that the Supplier is able to meet the Council's minimum requirements. Tenderers who do not indicate that they meet the Council's minimum Conditions of Participation may be excluded from the process at this stage.
Stage 4 - Key Criteria (including Social Value)
All submitted Tenders which have not been rejected during the previous steps will be assessed to identify the Most Advantageous Tender. The Council will determine the Most Advantageous Tenders by applying the Award Criteria which is more fully described in these Tender Documents. The basis of the Council's Award Criteria will be based on Ninety Five (95%) Key Criteria and Five 5% Price.
Stage 5 - Due Diligence Checks
A due diligence process will be undertaken against the responses to the Basic Selection Criteria of the Supplier who submitted the Most Advantageous Tender, and any required certification and evidence will be requested.
As part of the due diligence process, the Council reserves the right to use other sources of information alongside those provided as part of the Tender to determine the financial stability of the top scoring Tenderer, namely a financial assessment or credit check. If this suggests that there may be an issue with the Tenderer's financial standing, the Council will always follow this up with the Tenderer before coming to a final decision. Based on any additional information provided, the Council will then determine the financial strength of the organisation and may, where appropriate, require parent company guarantees and/or a financial bond to be provided at no additional cost to the Council.
The Council reserves the right to disqualify any Tenderer who is unable to provide the required evidence or that fails to satisfy any area of due diligence. Should this situation arise, the Council reserves the right to remove the key criteria scores achieved by the excluded Tenderer from the assessment process and commence due diligence proceedings with the Tenderer now ranked in first place.
Contracting authority
The Council of the Borough of Kirklees
- Public Procurement Organisation Number: PXHZ-9111-QHMJ
The Town Hall, Ramsden Street
Huddersfield
HD1 2TA
United Kingdom
Email: procurement@kirklees.gov.uk
Website: http://www.kirklees.gov.uk
Region: UKE44 - Calderdale and Kirklees
Organisation type: Public authority - sub-central government