Tender

NHS England and NHS Improvement South West Provision of Primary Care Dental Services within Dental Education facilities in Truro, Exeter & Plymouth

NHS ENGLAND AND NHS IMPROVEMENT SOUTH WEST

This public procurement record has 1 release in its history.

Planning

11 May 2021 at 17:21

Summary of the contracting process

NHS England and NHS Improvement South West is seeking expressions of interest from qualified providers for the delivery of Primary Care Dental Services from dental education facilities located in Truro, Exeter, and Plymouth. The procurement process, classified under health and social work services, is currently in the planning stage and is expected to be conducted as a tender. The contract, valued at approximately £9,654,471, is set to commence in October 2021 and spans a term of seven years, with an option to extend for an additional two years. Interested parties must submit their expressions of interest by 25th May 2021 and should possess appropriate Personal Dental Services (PDS) contracts and Care Quality Commission (CQC) registration.

This tender presents significant business growth opportunities, particularly for dental service providers and organisations that specialise in healthcare training and delivery. Businesses capable of providing innovative dental care solutions in collaboration with educational institutions would be especially well-suited to compete. The engagement will also enhance service delivery in the region, allowing providers to contribute to oral health improvement while training the next generation of dental professionals through supervised student placements.

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

NHS England and NHS Improvement South West Provision of Primary Care Dental Services within Dental Education facilities in Truro, Exeter & Plymouth

Notice Description

NHS England and NHS Improvement South West (NHSE/I SW) seeks Expressions of Interest (EOIs) from providers who have the capability and capacity (to be assessed as part of initial procurement process) to deliver Primary Care Dental Services from existing dental education facilities in Truro, Exeter and Plymouth utilising supervised dental students on placement from the University of Plymouth with the potential of 16,000 sessions across these sites per annum.. The service will contribute to the training of the dental team including students from the University of Plymouth through the delivery of NHS dental services to appropriate patients. The service is responsible for the recruitment of suitable patients, based on acceptance criteria which meets the needs of the students and the course (as defined by the General Dental Council and Health Education England). The contract term will be 7 years with an option to extend for a further 2 years (at commissioner discretion) and the total contract value is PS9,654,471 (over the 9-year period, should the extension be granted and based on 2021/22 values. The contract is due to commence October 2021 Interested parties must be eligible to hold a PDS (Personal Dental Services) contract and appropriate CQC registration. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

Lot Information

Lot 1

NHS England and NHS Improvement South West (NHSE/I SW) seeks Expressions of Interest (EOIs) from providers who have the capability and capacity (to be assessed as part of initial procurement process) to deliver Primary Care Dental Services from existing dental education facilities in Truro, Exeter and Plymouth utilising supervised dental students on placement from the University of Plymouth with the potential of 16,000 sessions across these sites per annum. The service will contribute to the training of the dental team through the delivery of NHS dental services to appropriate patients. The service is responsible for the recruitment of suitable patients, based on acceptance criteria which meets the needs of the students and the course (as defined by the General Dental Council and Health Education England). The contract term will be 7 years with an option to extend for a further 2 years (at commissioner discretion) and the total contract value is PS9,654,471 (over the 9-year period, should the extension be granted and based on 2021/22 values. The contract is due to commence October 2021 Interested parties must be eligible to hold a PDS (Personal Dental Services) contract and appropriate CQC registration. The objectives of the dental service are: * To support clinical training of dental professionals to provide primary care dental services. * To improve the oral health of patients treated. * To provide dental services to eligible patients who do not have a regular NHS dental care provider, in order to address their oral health needs through a single course of treatment. The service includes providing urgent care during a course of treatment and a guaranteed period afterwards. * To provide an agreed level of access to patients who meet the criteria within the area. * To promote inclusive healthcare and support early intervention with timely treatment, through oral health advice, treatment and signposting where appropriate, as defined in national guidance. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. EOIs received will be used to help NHSE/I finalise their commissioning and contracting approach for these services. This exercise is being carried out by NHS South, Central & West Commissioning Support Unit on behalf of NHSE/I. This PIN as a call for competition is initially published as a notice for expressions of interest. The Commissioner may then choose to proceed directly to a procurement process with parties who have responded to the notice and there shall be no further notice published. Interested providers will be able to view this opportunity via the 'current tenders' list on the e-procurement system, In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home If you are not already registered on the system you will need to do so before you can fully access the opportunity. On registration, please include at least two contacts to allow for access to the system in times of absence. Should NHSE/I proceed to a procurement process it is anticipated to consist of two stages: (1) Stage 1 The aim of this shortlisting stage is predominantly to test the capability and capacity of potential Providers and to identify whether there is more than one capable provider; (2) Stage 2 will either be: (a) a competitive process (if more than one capable provider is identified at Stage 1), which may involve dialogue and will involve assessment of bids against published evaluation criteria and weightings; or (b) a collaborative "Assurance Process" with a single provider, if only one capable provider is identified at Stage 1. Both approaches will involve evidence being considered by subject matter experts and assessed against critical success factors and expected minimum standards. 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 are instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The 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 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 will observe a voluntary award decision notices provisions and may observe a 10-day standstill period described in Regulation 86 of the Regulations. Bidders who are unsuccessful will receive scores and reasons for the decision, including the reasons why the Bidder/application was unsuccessful (Stage 1) and the characteristics and relative advantages of the winning bid (if there is a competitive tender at Stage 2. 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. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02afca
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010329-2021
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

Notice Value(s)

Tender Value
£9,654,471 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 May 20214 years ago
Submission Deadline
25 May 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NHS ENGLAND AND NHS IMPROVEMENT SOUTH WEST
Contact Name
Not specified
Contact Email
scwcsu.procurement@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
SALTASH
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
TLK South West (England)

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

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-h6vhtk-02afca-2021-05-11T18:21:21+01:00",
    "date": "2021-05-11T18:21:21+01:00",
    "ocid": "ocds-h6vhtk-02afca",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02afca",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "NHS England and NHS Improvement South West Provision of Primary Care Dental Services within Dental Education facilities in Truro, Exeter & Plymouth",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "description": "NHS England and NHS Improvement South West (NHSE/I SW) seeks Expressions of Interest (EOIs) from providers who have the capability and capacity (to be assessed as part of initial procurement process) to deliver Primary Care Dental Services from existing dental education facilities in Truro, Exeter and Plymouth utilising supervised dental students on placement from the University of Plymouth with the potential of 16,000 sessions across these sites per annum.. The service will contribute to the training of the dental team including students from the University of Plymouth through the delivery of NHS dental services to appropriate patients. The service is responsible for the recruitment of suitable patients, based on acceptance criteria which meets the needs of the students and the course (as defined by the General Dental Council and Health Education England). The contract term will be 7 years with an option to extend for a further 2 years (at commissioner discretion) and the total contract value is PS9,654,471 (over the 9-year period, should the extension be granted and based on 2021/22 values. The contract is due to commence October 2021 Interested parties must be eligible to hold a PDS (Personal Dental Services) contract and appropriate CQC registration. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.",
        "value": {
            "amount": 9654471,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "NHS England and NHS Improvement South West (NHSE/I SW) seeks Expressions of Interest (EOIs) from providers who have the capability and capacity (to be assessed as part of initial procurement process) to deliver Primary Care Dental Services from existing dental education facilities in Truro, Exeter and Plymouth utilising supervised dental students on placement from the University of Plymouth with the potential of 16,000 sessions across these sites per annum. The service will contribute to the training of the dental team through the delivery of NHS dental services to appropriate patients. The service is responsible for the recruitment of suitable patients, based on acceptance criteria which meets the needs of the students and the course (as defined by the General Dental Council and Health Education England). The contract term will be 7 years with an option to extend for a further 2 years (at commissioner discretion) and the total contract value is PS9,654,471 (over the 9-year period, should the extension be granted and based on 2021/22 values. The contract is due to commence October 2021 Interested parties must be eligible to hold a PDS (Personal Dental Services) contract and appropriate CQC registration. The objectives of the dental service are: * To support clinical training of dental professionals to provide primary care dental services. * To improve the oral health of patients treated. * To provide dental services to eligible patients who do not have a regular NHS dental care provider, in order to address their oral health needs through a single course of treatment. The service includes providing urgent care during a course of treatment and a guaranteed period afterwards. * To provide an agreed level of access to patients who meet the criteria within the area. * To promote inclusive healthcare and support early intervention with timely treatment, through oral health advice, treatment and signposting where appropriate, as defined in national guidance. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. EOIs received will be used to help NHSE/I finalise their commissioning and contracting approach for these services. This exercise is being carried out by NHS South, Central & West Commissioning Support Unit on behalf of NHSE/I. This PIN as a call for competition is initially published as a notice for expressions of interest. The Commissioner may then choose to proceed directly to a procurement process with parties who have responded to the notice and there shall be no further notice published. Interested providers will be able to view this opportunity via the 'current tenders' list on the e-procurement system, In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home If you are not already registered on the system you will need to do so before you can fully access the opportunity. On registration, please include at least two contacts to allow for access to the system in times of absence. Should NHSE/I proceed to a procurement process it is anticipated to consist of two stages: (1) Stage 1 The aim of this shortlisting stage is predominantly to test the capability and capacity of potential Providers and to identify whether there is more than one capable provider; (2) Stage 2 will either be: (a) a competitive process (if more than one capable provider is identified at Stage 1), which may involve dialogue and will involve assessment of bids against published evaluation criteria and weightings; or (b) a collaborative \"Assurance Process\" with a single provider, if only one capable provider is identified at Stage 1. Both approaches will involve evidence being considered by subject matter experts and assessed against critical success factors and expected minimum standards. 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 are instead governed by the \"Light Touch Regime\" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The 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 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 will observe a voluntary award decision notices provisions and may observe a 10-day standstill period described in Regulation 86 of the Regulations. Bidders who are unsuccessful will receive scores and reasons for the decision, including the reasons why the Bidder/application was unsuccessful (Stage 1) and the characteristics and relative advantages of the winning bid (if there is a competitive tender at Stage 2. 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. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.",
                "contractPeriod": {
                    "durationInDays": 3240
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Truro, Exeter & Plymouth"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://in-tendhost.co.uk/scwcsu/aspx/Home",
        "tenderPeriod": {
            "endDate": "2021-05-25T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        }
    },
    "parties": [
        {
            "id": "GB-FTS-15929",
            "name": "NHS England and NHS Improvement South West",
            "identifier": {
                "legalName": "NHS England and NHS Improvement South West"
            },
            "address": {
                "locality": "Saltash",
                "region": "UKK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "scwcsu.procurement@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://in-tendhost.co.uk/scwcsu/aspx/Home",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-15929",
        "name": "NHS England and NHS Improvement South West"
    },
    "language": "en"
}