Tender

Mandatory Dental Services to Kent and Medway ICB, Sussex ICB and Hampshire and Isle of Wight ICB

NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

This public procurement record has 1 release in its history.

Tender

04 Nov 2022 at 21:43

Summary of the contracting process

The NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT is seeking to commission Mandatory Dental Services in the Kent, Sussex, and Hampshire and Isle of Wight areas. The procurement process, titled 'Mandatory Dental Services to Kent and Medway ICB, Sussex ICB and Hampshire and Isle of Wight ICB', is in the Tender stage. The contract term is up to 119 months starting from 25th April 2023, with a maximum budget of £6,147,822 per annum for all Lots. Interested parties must submit their Invitation To Tender (ITT) responses by 12 noon on 15th December 2022.

This tender for Mandatory Dental Services presents opportunities for businesses capable of providing high-quality dental services. SMEs and VCSEs are suitable to compete in this open procedure procurement. Businesses with the capability and capacity to undertake contracts within the healthcare services category in the South East region of the UK are encouraged to participate. The procurement aims to improve oral and general health, reduce health inequalities, and ensure equitable access to NHS dental services.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Mandatory Dental Services to Kent and Medway ICB, Sussex ICB and Hampshire and Isle of Wight ICB

Notice Description

Kent and Medway Integrated Care Board (ICB), Sussex ICB, and Hampshire and Isle of Wight ICB are seeking to commission Mandatory Dental Services (MDS) in the Kent, Sussex and Hampshire and Isle of Wight area. The Commissioner will be contracting for the services using the Standard clauses for a Personal Dental Services agreement. The contract term will be for a term of up to 119 months, and is due to commence from 25 April 2023. The Commissioner has a maximum budget of PS6,147,822 per annum for all Lots. The procurement is split into a number of lots so as to provide maximum flexibility to both the Commissioner and Bidders, and interested parties may bid for one or two lots per County. The Commissioners seek tender responses from providers who have the capability and capacity to undertake such a contract. This procurement is being carried out by NHS South, Central & West Commissioning Support Unit (SCW) on behalf of the Commissioners. The aims for MDS provision are to: * contribute to improving oral and general health; * reduce inequalities in health and access to dental care by providing extra support to groups of vulnerable adults and children. This includes, but is not limited to, children under 5 years old, residents of care homes, patients weighing up to 300kg (47 stones) and other vulnerable groups; * provide access to NHS dental services to ensure equity and consistency of provision; * provide bookable appointments outside of core hours; * deliver appropriate, efficient and cost-effective services within the service provision framework of the NHS (General Dental Services/Personal Dental Services) Regulations 2005 and any subsequent revisions; * provide high quality dental services; * provide access within contracted hours to unassociated patients identified as having an urgent dental need via NHS 111, NHS Dental Helpline, out of hours services and self-referral; * refer patients to other NHS services as appropriate in line with the relevant local protocols and guidance; * establish a positive working relationship between the Commissioner and Provider to facilitate and maximise high quality service delivery; * develop services in line with the evolving strategic approach to primary care dental provision and align with the priorities of the NHS Long Term Plan - www.longtermplan.nhs.uk; * promote overall health in line with Making Every Contact Count. Interested parties who wish to take part in the procurement are invited to take part in an Invitation To Tender (ITT) process, based on the open procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider. All ITT responses must be returned by 12 noon on 15th December 2022, at the latest. Additional information: Atamis: Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome In order to submit a bid, you will need to be registered on Atamis and 'express an interest', and then complete a Bid response as specified within the procurement documents. On registration, please include at least two contacts to allow for access to the system in times of absence. An early engagement market notice was published in relation to this procurement in September 2022, in order to facilitate early engagement with potential providers. Please note that this previous notice was an information gathering exercise rather than a call for competition in its own right. Although those who responded to that notice will be advised that this contract notice has been published, there will be no process exemptions or preferential treatment afforded to any parties who expressed an interest at that stage. The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services. Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations. The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10-day standstill period described in Regulation 86 of the Regulations.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-69cb3119-9dc9-4933-b0b0-be8f1a110a3d
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/cb23990c-2e8e-49e6-90f2-4eea678212e4
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open 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

85131000 - Dental-practice services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Nov 20223 years ago
Submission Deadline
15 Dec 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
24 Apr 2023 - 31 Mar 2033 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRISTOL
Postcode
BS1 3NX
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK51 Bristol, City of
Delivery Location
TLJ South East (England)

Local Authority
Bristol, City of
Electoral Ward
Central
Westminster Constituency
Bristol Central

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-b5fd17-69cb3119-9dc9-4933-b0b0-be8f1a110a3d-2022-11-04T21:43:36Z",
    "date": "2022-11-04T21:43:36Z",
    "ocid": "ocds-b5fd17-69cb3119-9dc9-4933-b0b0-be8f1a110a3d",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "PR003284-Batch 4",
        "title": "Mandatory Dental Services to Kent and Medway ICB, Sussex ICB and Hampshire and Isle of Wight ICB",
        "description": "Kent and Medway Integrated Care Board (ICB), Sussex ICB, and Hampshire and Isle of Wight ICB are seeking to commission Mandatory Dental Services (MDS) in the Kent, Sussex and Hampshire and Isle of Wight area. The Commissioner will be contracting for the services using the Standard clauses for a Personal Dental Services agreement. The contract term will be for a term of up to 119 months, and is due to commence from 25 April 2023. The Commissioner has a maximum budget of PS6,147,822 per annum for all Lots. The procurement is split into a number of lots so as to provide maximum flexibility to both the Commissioner and Bidders, and interested parties may bid for one or two lots per County. The Commissioners seek tender responses from providers who have the capability and capacity to undertake such a contract. This procurement is being carried out by NHS South, Central & West Commissioning Support Unit (SCW) on behalf of the Commissioners. The aims for MDS provision are to: * contribute to improving oral and general health; * reduce inequalities in health and access to dental care by providing extra support to groups of vulnerable adults and children. This includes, but is not limited to, children under 5 years old, residents of care homes, patients weighing up to 300kg (47 stones) and other vulnerable groups; * provide access to NHS dental services to ensure equity and consistency of provision; * provide bookable appointments outside of core hours; * deliver appropriate, efficient and cost-effective services within the service provision framework of the NHS (General Dental Services/Personal Dental Services) Regulations 2005 and any subsequent revisions; * provide high quality dental services; * provide access within contracted hours to unassociated patients identified as having an urgent dental need via NHS 111, NHS Dental Helpline, out of hours services and self-referral; * refer patients to other NHS services as appropriate in line with the relevant local protocols and guidance; * establish a positive working relationship between the Commissioner and Provider to facilitate and maximise high quality service delivery; * develop services in line with the evolving strategic approach to primary care dental provision and align with the priorities of the NHS Long Term Plan - www.longtermplan.nhs.uk; * promote overall health in line with Making Every Contact Count. Interested parties who wish to take part in the procurement are invited to take part in an Invitation To Tender (ITT) process, based on the open procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider. All ITT responses must be returned by 12 noon on 15th December 2022, at the latest. Additional information: Atamis: Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome In order to submit a bid, you will need to be registered on Atamis and 'express an interest', and then complete a Bid response as specified within the procurement documents. On registration, please include at least two contacts to allow for access to the system in times of absence. An early engagement market notice was published in relation to this procurement in September 2022, in order to facilitate early engagement with potential providers. Please note that this previous notice was an information gathering exercise rather than a call for competition in its own right. Although those who responded to that notice will be advised that this contract notice has been published, there will be no process exemptions or preferential treatment afforded to any parties who expressed an interest at that stage. The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 (\"the Regulations\") which are not subject to the full regime of the Regulations, but is instead governed by the \"Light Touch Regime\" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services. Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority (\"Open\", \"Restricted\", \"Competitive Procedure with Negotiation\", \"Competitive Dialogue\" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations. The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10-day standstill period described in Regulation 86 of the Regulations.",
        "datePublished": "2022-11-04T21:43:36Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85131000",
            "description": "Dental-practice services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2022-12-15T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2023-04-25T00:00:00+01:00",
            "endDate": "2033-03-31T23:59:59+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/cb23990c-2e8e-49e6-90f2-4eea678212e4",
                "datePublished": "2022-11-04T21:43:36Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "If you are not yet registered on Atamis, please visit:",
                "url": "https://health-family.force.com/s/Welcome"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
            "name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
            "identifier": {
                "legalName": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/FDEK7nf7"
            },
            "address": {
                "streetAddress": "THREE SIX ZERO",
                "locality": "BRISTOL",
                "postalCode": "BS13NX",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Phil Fear",
                "email": "scwcsu.procurement@nhs.net"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
        "name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT"
    }
}