Notice Information
Notice Title
Amendement notice to Intermediate Minor Oral Surgery (IMOS) services contract start in London - All values are annual
Notice Description
This is not a live procurement advert. This is an amendment notice to advise the market that due to very high numbers of bidders interested in this procurement there have been some delays to our original timeline. This has resulted in the service commencement date moving from 1st April 2018 to 1st July 2018. Current contracts are being extended and this change was unavoidable. Should you wish to discuss or raise a concern regarding this amendment, please contact david.singleton2@nhs.net and you are reminded of your rights and time frame associated with any formal challenge. Please note that all values are annual. The service is for level 2 Oral Surgery as defined by the Guide for Commissioning Oral Surgery Services and Oral Medicine as "a procedural and/or patient complexity requiring a clinician with enhanced skills and experience who may or may not be on a specialist register. This care may require additional equipment or environment standards but can usually be provided in primary care. Level 2 complexity may be delivered as part of the continuing care of a patient or may require onward referral. Providers of Level 2 care on referral will need a formal link to a specialist to quality-assure the outcome of pathway delivery". The published financial envelope for this service includes a 25% increase to reflect an estimated level of work currently undertaken by our secondary care providers. Bidders should review the tender documents for more information. We are working with our secondary care providers in order to make the shift from level 2 oral surgery being delivered from secondary care into primary care. It is anticipated that many of the awarded contracts may grow in size as a result of this action; it is envisaged that the primary care activity may increase by up to 25% over the lifetime of the contract. For the avoidance of doubt, while this is the intention, this transfer from secondary to primary may not take place during the life of this contract. The 'Lot' structure has been described below: Lot 1 Hillingdon Lot 2 Ealing and Hounslow Lot 3 Westminster, Hammersmith & Fulham and Kensington & Chelsea Lot 4 Camden & Islington Lot 5 City & Hackney Lot 6 Tower Hamlets and Newham Lot 7 Brent and Harrow Lot 8 Barnet Lot 9 Enfield Lot 10 Haringey Lot 11 Waltham Forest and Redbridge Lot 12 Havering and Barking & Dagenham Lot 13 Greenwich and Bexley Lot 14 Bromley Lot 15 Southwark and Lewisham Lot 16 Croydon Lot 17 Lambeth and Wandsworth Lot 18 Sutton and Merton Lot 19 Kingston and Richmond Each contract award will be based on the Lot applied for. The Commissioner intends to award one contract for each of the Lots described above; however, the service can be provided from more than one site in each Lot. This is not a live procurement advert. This is an amendment notice to advise of delays and provide the opportunity to discuss Additional information: Please be advised that this is an amendment notice. Due to very high numbers of bidders interested in this procurement there have been some delays to our original timeline. This has resulted in the start date of the project moving from 1st April 2018 to 1st July 2018. Should you wish to discuss or raise a concern regarding this change then please contact david.singleton2@nhs.net, you are reminded of your rights and the associated time frame with any formal challenge.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-045439e1-3eea-4d2a-abd9-e07e36491f30
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/a5ba2013-00de-4ae0-aec6-3d5873dd7137
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure (above threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85130000 - Dental practice and related services
Notice Value(s)
- Tender Value
- £5,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Dec 20178 years ago
- Submission Deadline
- 25 Jul 2017Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Jun 2018 - 30 Jun 2023 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- N E L COMMISSIONING SUPPORT UNIT
- Contact Name
- David Singleton
- Contact Email
- david.singleton2@nhs.net
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 6LH
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI44 Lewisham and Southwark
- Delivery Location
- TLI London
-
- Local Authority
- Southwark
- Electoral Ward
- St George's
- Westminster Constituency
- Bermondsey and Old Southwark
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/a5ba2013-00de-4ae0-aec6-3d5873dd7137
20th December 2017 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/2cf4e6db-44a2-4d53-a998-0c1aa3a7a1e8
ProContract Registration Guidance -
-
https://procontract.due-north.com/Advert?advertId=fccebc2f-467b-e611-8114-000c29c9ba21
ProContract Advert/EoI Page
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-045439e1-3eea-4d2a-abd9-e07e36491f30-2017-12-20T15:09:10Z",
"date": "2017-12-20T15:09:10Z",
"ocid": "ocds-b5fd17-045439e1-3eea-4d2a-abd9-e07e36491f30",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "RTL042P",
"title": "Amendement notice to Intermediate Minor Oral Surgery (IMOS) services contract start in London - All values are annual",
"description": "This is not a live procurement advert. This is an amendment notice to advise the market that due to very high numbers of bidders interested in this procurement there have been some delays to our original timeline. This has resulted in the service commencement date moving from 1st April 2018 to 1st July 2018. Current contracts are being extended and this change was unavoidable. Should you wish to discuss or raise a concern regarding this amendment, please contact david.singleton2@nhs.net and you are reminded of your rights and time frame associated with any formal challenge. Please note that all values are annual. The service is for level 2 Oral Surgery as defined by the Guide for Commissioning Oral Surgery Services and Oral Medicine as \"a procedural and/or patient complexity requiring a clinician with enhanced skills and experience who may or may not be on a specialist register. This care may require additional equipment or environment standards but can usually be provided in primary care. Level 2 complexity may be delivered as part of the continuing care of a patient or may require onward referral. Providers of Level 2 care on referral will need a formal link to a specialist to quality-assure the outcome of pathway delivery\". The published financial envelope for this service includes a 25% increase to reflect an estimated level of work currently undertaken by our secondary care providers. Bidders should review the tender documents for more information. We are working with our secondary care providers in order to make the shift from level 2 oral surgery being delivered from secondary care into primary care. It is anticipated that many of the awarded contracts may grow in size as a result of this action; it is envisaged that the primary care activity may increase by up to 25% over the lifetime of the contract. For the avoidance of doubt, while this is the intention, this transfer from secondary to primary may not take place during the life of this contract. The 'Lot' structure has been described below: Lot 1 Hillingdon Lot 2 Ealing and Hounslow Lot 3 Westminster, Hammersmith & Fulham and Kensington & Chelsea Lot 4 Camden & Islington Lot 5 City & Hackney Lot 6 Tower Hamlets and Newham Lot 7 Brent and Harrow Lot 8 Barnet Lot 9 Enfield Lot 10 Haringey Lot 11 Waltham Forest and Redbridge Lot 12 Havering and Barking & Dagenham Lot 13 Greenwich and Bexley Lot 14 Bromley Lot 15 Southwark and Lewisham Lot 16 Croydon Lot 17 Lambeth and Wandsworth Lot 18 Sutton and Merton Lot 19 Kingston and Richmond Each contract award will be based on the Lot applied for. The Commissioner intends to award one contract for each of the Lots described above; however, the service can be provided from more than one site in each Lot. This is not a live procurement advert. This is an amendment notice to advise of delays and provide the opportunity to discuss Additional information: Please be advised that this is an amendment notice. Due to very high numbers of bidders interested in this procurement there have been some delays to our original timeline. This has resulted in the start date of the project moving from 1st April 2018 to 1st July 2018. Should you wish to discuss or raise a concern regarding this change then please contact david.singleton2@nhs.net, you are reminded of your rights and the associated time frame with any formal challenge.",
"datePublished": "2016-12-28T13:11:43Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "85130000",
"description": "Dental practice and related services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "London",
"countryName": "United Kingdom"
},
{
"region": "London",
"countryName": "United Kingdom"
},
{
"region": "London",
"countryName": "United Kingdom"
},
{
"region": "London",
"countryName": "United Kingdom"
},
{
"region": "London",
"countryName": "United Kingdom"
},
{
"region": "London",
"countryName": "United Kingdom"
},
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 4000000,
"currency": "GBP"
},
"value": {
"amount": 5000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure (above threshold)",
"tenderPeriod": {
"endDate": "2017-07-25T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2018-07-01T00:00:00+01:00",
"endDate": "2023-06-30T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/a5ba2013-00de-4ae0-aec6-3d5873dd7137",
"datePublished": "2017-12-20T15:09:10Z",
"format": "text/html",
"language": "en",
"dateModified": "2017-12-20T15:09:10Z"
},
{
"id": "2",
"documentType": "contractAnnexe",
"description": "ProContract Help Page",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/788320d2-436a-4c9e-8ac4-f5c8ef98da07",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "3",
"documentType": "contractAnnexe",
"description": "ProContract Registration Guidance",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2cf4e6db-44a2-4d53-a998-0c1aa3a7a1e8",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "4",
"documentType": "contractAnnexe",
"description": "Advert/EoI",
"url": "https://procontract.due-north.com/Advert?advertId=9b7490c2-1ee6-e511-810e-000c29c9ba21"
},
{
"id": "5",
"documentType": "contractAnnexe",
"description": "ProContract Help Page",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/93d31340-662f-4bbd-9849-6611ee6220e1",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "6",
"documentType": "contractAnnexe",
"description": "Link to ProContract Registration Page",
"url": "https://procontract.due-north.com/register"
},
{
"id": "7",
"documentType": "contractAnnexe",
"description": "ProContract Advert/EoI Page",
"url": "https://procontract.due-north.com/Advert?advertId=fccebc2f-467b-e611-8114-000c29c9ba21"
}
]
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/m4hc8Tk6",
"name": "N E L COMMISSIONING SUPPORT UNIT",
"identifier": {
"legalName": "N E L COMMISSIONING SUPPORT UNIT",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/m4hc8Tk6"
},
"address": {
"streetAddress": "Skipton House, 80 London Road, 80 London Rd",
"locality": "London",
"postalCode": "SE1 6LH",
"countryName": "England"
},
"contactPoint": {
"name": "David Singleton",
"email": "david.singleton2@nhs.net"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/m4hc8Tk6",
"name": "N E L COMMISSIONING SUPPORT UNIT"
}
}