Award

Orthodontic Services in Oxford, Thame, Eastleigh and Dover

NHS ENGLAND

This public procurement record has 2 releases in its history.

Award

02 Aug 2023 at 14:14

Tender

25 May 2022 at 14:26

Summary of the contracting process

The NHS England and NHS Improvement (NHSE/I) South East sought to recommission Level 2 and 3a NHS Orthodontic Services in the Oxford, Thame, Eastleigh, and Dover areas. The procurement process was conducted via an Invitation to Tender (ITT) process based on the open procedure. The services, falling within Schedule 3 to the Public Contracts Regulations 2015, were split into four lots to maximise flexibility for both the contracting authority and bidders. The Orthodontic Services contracts have been awarded to providers in Oxford, Thame, and Eastleigh, with Dover currently having no contract awarded.

This tender offers opportunities for orthodontic service providers to participate in providing high-quality, cost-effective specialist orthodontic services in the specified areas. Businesses with expertise in dental practice and related services, specifically in orthodontics, would be well-suited to compete for these contracts. The key dates for contract commencement and award values for the successful providers have been clearly specified, offering a clear view of the business potential in these healthcare service contracts.

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

Orthodontic Services in Oxford, Thame, Eastleigh and Dover

Notice Description

NHS England South East (the Commissioner) sought to recommission Level 2 and 3a NHS Orthodontic Services in the Oxford, Thame, Eastleigh and Dover areas. Adverts were placed on Contracts Finder and the Find a Tender Service and an Invitation to Tender (ITT) process, based on the Open procedure, was undertaken during summer / autumn 2022 to identify the Most Economically Advantageous Tender and therefore determine the incoming provider. The procurement was split into four lots, as follows so as to provide maximum flexibility to both the Commissioner and Bidders and interested parties were able to bid for one or two lots; * Lot 1: Oxford * Lot 2: Thame * Lot 3: Eastleigh * Lot 4: Dover Orthodontics is the dental specialty concerned with facial growth, development of the dentition and occlusion, and the assessment, diagnosis, interception and treatment of malocclusions and facial irregularities. The overall aim of the service is to provide equitable, accessible, high quality and cost effective specialist orthodontic services, in line with the National Guide for Commissioning Orthodontics, 2015 and NHS Personal Dental Services (PDS) Agreements Regulations 2005. Orthodontics is mainly provided for children and adolescents who meet the agreed criteria for NHS treatment and for adults where there is clinical justification and where prior approval has been agreed with the commissioner. The service includes: * Assessment and treatment delivered according to each patient's clinical needs, including interceptive treatment and in hours urgent care * Treatment includes examination, taking of radiographs, diagnosis, preventative care, advice, planning of orthodontic treatment, supply and repair of orthodontic appliances including retainers for a period of 12 months following the completion of active orthodontic treatment * Appropriate referral to other healthcare providers for mandatory or advanced mandatory services or any other appropriate and necessary healthcare * Advice to the patient and other clinicians where appropriate The contracts are limited to orthodontic treatment within complexity Level 2 and 3a and excludes all mandatory services and the following additional services: * Sedation services * Domiciliary services * Minor oral surgery * Dental public health services * Orthodontic complexity level 1 and 3b cases This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

Lot Information

Ortho-1: Oxford

Lot name Ortho-1: Oxford Total UOA activity (annual) 12,000 Maximum annual contract value PS776,160 This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Additional information: 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).

Ortho-2: Thame

Lot name Ortho-2: Thame Total UOA activity (annual) 4,000 Maximum annual contract value PS258,720 This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Additional information: 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).

Ortho-3: Eastleigh

Lot name Ortho-3: Eastleigh Total UOA activity (annual) 10,000 Maximum annual contract value PS646,800 This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Additional information: 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).

Ortho-4: Dover

Lot name Ortho-4: Dover Total UOA activity (annual) 11,000 Maximum annual contract value PS711,480 This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Additional information: 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).

Orthodontic Services in Oxford

NHS England South East (the Commissioner) recommissioned Level 2 and 3a NHS Orthodontic Services in Oxford at an activity level of 12,000 Units of Orthodontic Activity (UOAs) per annum. Adverts were placed on Contracts Finder and the Find a Tender Service and an Invitation to Tender (ITT) process, based on the Open procedure, was undertaken during summer / autumn 2022 to identify the Most Economically Advantageous Tender and therefore determine the incoming provider. Orthodontics is the dental specialty concerned with facial growth, development of the dentition and occlusion, and the assessment, diagnosis, interception and treatment of malocclusions and facial irregularities. The overall aim of the service is to provide equitable, accessible, high quality and cost effective specialist orthodontic services, in line with the National Guide for Commissioning Orthodontics, 2015 and NHS Personal Dental Services (PDS) Agreements Regulations 2005. Orthodontics is mainly provided for children and adolescents who meet the agreed criteria for NHS treatment and for adults where there is clinical justification and where prior approval has been agreed with the commissioner. The service includes: * Assessment and treatment delivered according to each patient's clinical needs, including interceptive treatment and in hours urgent care * Treatment includes examination, taking of radiographs, diagnosis, preventative care, advice, planning of orthodontic treatment, supply and repair of orthodontic appliances including retainers for a period of 12 months following the completion of active orthodontic treatment * Appropriate referral to other healthcare providers for mandatory or advanced mandatory services or any other appropriate and necessary healthcare * Advice to the patient and other clinicians where appropriate The contracts are limited to orthodontic treatment within complexity Level 2 and 3a and excludes all mandatory services and the following additional services: * Sedation services * Domiciliary services * Minor oral surgery * Dental public health services * Orthodontic complexity level 1 and 3b cases The contract has been awarded to Oxford Orthodontics Practice Ltd (previously DCG Trading 3 Ltd). The contract commenced on 12th June 2023 and has been awarded for an initial term of 7 years, with an option to extend for a further 2 years at the sole discretion of the Commissioner. The anticipated annual contract value is PS723,360.00. This value is based on 21/22 prices and will be subject to Dentist and Doctor Pay Review (DDRB) adjustments in the period up to April 2023 and annually thereafter. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Additional information: 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).

Orthodontic Services in Thame

NHS England South East (the Commissioner) recommissioned Level 2 and 3a NHS Orthodontic Services in Thame at an activity level of 4,000 Units of Orthodontic Activity (UOAs) per annum. Adverts were placed on Contracts Finder and the Find a Tender Service and an Invitation to Tender (ITT) process, based on the Open procedure, was undertaken during summer / autumn 2022 to identify the Most Economically Advantageous Tender and therefore determine the incoming provider. Orthodontics is the dental specialty concerned with facial growth, development of the dentition and occlusion, and the assessment, diagnosis, interception and treatment of malocclusions and facial irregularities. The overall aim of the service is to provide equitable, accessible, high quality and cost effective specialist orthodontic services, in line with the National Guide for Commissioning Orthodontics, 2015 and NHS Personal Dental Services (PDS) Agreements Regulations 2005. Orthodontics is mainly provided for children and adolescents who meet the agreed criteria for NHS treatment and for adults where there is clinical justification and where prior approval has been agreed with the commissioner. The service includes: * Assessment and treatment delivered according to each patient's clinical needs, including interceptive treatment and in hours urgent care * Treatment includes examination, taking of radiographs, diagnosis, preventative care, advice, planning of orthodontic treatment, supply and repair of orthodontic appliances including retainers for a period of 12 months following the completion of active orthodontic treatment * Appropriate referral to other healthcare providers for mandatory or advanced mandatory services or any other appropriate and necessary healthcare * Advice to the patient and other clinicians where appropriate The contracts are limited to orthodontic treatment within complexity Level 2 and 3a and excludes all mandatory services and the following additional services: * Sedation services * Domiciliary services * Minor oral surgery * Dental public health services * Orthodontic complexity level 1 and 3b cases The contract has been awarded to Oxford Orthodontics Ltd. The contract commenced on 19th July 2023 and has been awarded for an initial term of 6 years, 8 months and 13 days with an option to extend for a further 2 years at the sole discretion of the Commissioner. The annual contract value is PS241,120.00. This value is based on 21/22 prices and will be subject to Dentist and Doctor Pay Review (DDRB) adjustments in the period up to April 2023 and annually thereafter. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Additional information: 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).

Orthodontic Services in Eastleigh

NHS England South East (the Commissioner) recommissioned Level 2 and 3a NHS Orthodontic Services in Eastleigh at an activity level of 10,000 Units of Orthodontic Activity (UOAs) per annum. Adverts were placed on Contracts Finder and the Find a Tender Service and an Invitation to Tender (ITT) process, based on the Open procedure, was undertaken during summer / autumn 2022 to identify the Most Economically Advantageous Tender and therefore determine the incoming provider. Orthodontics is the dental specialty concerned with facial growth, development of the dentition and occlusion, and the assessment, diagnosis, interception and treatment of malocclusions and facial irregularities. The overall aim of the service is to provide equitable, accessible, high quality and cost effective specialist orthodontic services, in line with the National Guide for Commissioning Orthodontics, 2015 and NHS Personal Dental Services (PDS) Agreements Regulations 2005. Orthodontics is mainly provided for children and adolescents who meet the agreed criteria for NHS treatment and for adults where there is clinical justification and where prior approval has been agreed with the commissioner. The service includes: * Assessment and treatment delivered according to each patient's clinical needs, including interceptive treatment and in hours urgent care * Treatment includes examination, taking of radiographs, diagnosis, preventative care, advice, planning of orthodontic treatment, supply and repair of orthodontic appliances including retainers for a period of 12 months following the completion of active orthodontic treatment * Appropriate referral to other healthcare providers for mandatory or advanced mandatory services or any other appropriate and necessary healthcare * Advice to the patient and other clinicians where appropriate The contracts are limited to orthodontic treatment within complexity Level 2 and 3a and excludes all mandatory services and the following additional services: * Sedation services * Domiciliary services * Minor oral surgery * Dental public health services * Orthodontic complexity level 1 and 3b cases The contract has been awarded to Smile Care Eastleigh Ltd. The contract commenced on 1st April 2023 and has been awarded for an initial term of 7 years, with an option to extend for a further 2 years at the sole discretion of the Commissioner. The annual contract value is PS602,800.00. This value is based on 21/22 prices and will be subject to Dentist and Doctor Pay Review (DDRB) adjustments in the period up to April 2023 and annually thereafter. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Additional information: 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).

Orthodontic Services in Dover

NHS England South East (the Commissioner) sought to commission Level 2 and 3a NHS Orthodontic Services in Dover at an activity level of 11,000 Units of Orthodontic Activity (UOAs) per annum. Adverts were placed on Contracts Finder and the Find a Tender Service and an Invitation to Tender (ITT) process, based on the Open procedure, was undertaken during summer / autumn 2022 to identify the Most Economically Advantageous Tender and therefore determine the incoming provider. No bids were received for this area and a contract has not been awarded. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Additional information: 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).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-033fe9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/022487-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85130000 - Dental practice and related services

85131100 - Orthodontic services

Notice Value(s)

Tender Value
£21,538,440 £10M-£100M
Lots Value
£21,538,440 £10M-£100M
Awards Value
Not specified
Contracts Value
£14,105,520 £10M-£100M

Notice Dates

Publication Date
2 Aug 20232 years ago
Submission Deadline
6 Jul 2022Expired
Future Notice Date
Not specified
Award Date
31 Mar 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Active
Awards Status
Active, Unsuccessful
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NHS ENGLAND
Additional Buyers

THE NHS COMMISSIONING BOARD OPERATING AS NHS ENGLAND

Contact Name
Hannah Morley
Contact Email
scwcsu.procurement@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
HORLEY
Postcode
RH6 7DE
Post Town
Redhill
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ2 Surrey, East and West Sussex
Small Region (ITL 3)
TLJ26 East Surrey
Delivery Location
TLJ14 Oxfordshire CC, TLJ3 Hampshire and Isle of Wight, TLJ4 Kent

Local Authority
Reigate and Banstead
Electoral Ward
Horley Central & South
Westminster Constituency
Dorking and Horley

Supplier Information

Number of Suppliers
3
Supplier Names

OXFORD ORTHODONTICS

OXFORD ORTHODONTICS PRACTICE LTD (PREVIOUSLY DCG TRADING 3

SMILE CARE EASTLEIGH

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-033fe9-2023-08-02T15:14:44+01:00",
    "date": "2023-08-02T15:14:44+01:00",
    "ocid": "ocds-h6vhtk-033fe9",
    "description": "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 tendering process has been 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 ran 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 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 has voluntarily observed the award decision notices provisions and held a 10 day standstill period as described in Regulation 87 of the Regulations.",
    "initiationType": "tender",
    "tender": {
        "id": "WA12375",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Orthodontic Services in Oxford, Thame, Eastleigh and Dover",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85130000",
            "description": "Dental practice and related services"
        },
        "mainProcurementCategory": "services",
        "description": "NHS England South East (the Commissioner) sought to recommission Level 2 and 3a NHS Orthodontic Services in the Oxford, Thame, Eastleigh and Dover areas. Adverts were placed on Contracts Finder and the Find a Tender Service and an Invitation to Tender (ITT) process, based on the Open procedure, was undertaken during summer / autumn 2022 to identify the Most Economically Advantageous Tender and therefore determine the incoming provider. The procurement was split into four lots, as follows so as to provide maximum flexibility to both the Commissioner and Bidders and interested parties were able to bid for one or two lots; * Lot 1: Oxford * Lot 2: Thame * Lot 3: Eastleigh * Lot 4: Dover Orthodontics is the dental specialty concerned with facial growth, development of the dentition and occlusion, and the assessment, diagnosis, interception and treatment of malocclusions and facial irregularities. The overall aim of the service is to provide equitable, accessible, high quality and cost effective specialist orthodontic services, in line with the National Guide for Commissioning Orthodontics, 2015 and NHS Personal Dental Services (PDS) Agreements Regulations 2005. Orthodontics is mainly provided for children and adolescents who meet the agreed criteria for NHS treatment and for adults where there is clinical justification and where prior approval has been agreed with the commissioner. The service includes: * Assessment and treatment delivered according to each patient's clinical needs, including interceptive treatment and in hours urgent care * Treatment includes examination, taking of radiographs, diagnosis, preventative care, advice, planning of orthodontic treatment, supply and repair of orthodontic appliances including retainers for a period of 12 months following the completion of active orthodontic treatment * Appropriate referral to other healthcare providers for mandatory or advanced mandatory services or any other appropriate and necessary healthcare * Advice to the patient and other clinicians where appropriate The contracts are limited to orthodontic treatment within complexity Level 2 and 3a and excludes all mandatory services and the following additional services: * Sedation services * Domiciliary services * Minor oral surgery * Dental public health services * Orthodontic complexity level 1 and 3b cases This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.",
        "value": {
            "amount": 21538440,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2,
            "maximumLotsAwardedPerSupplier": 2
        },
        "lots": [
            {
                "id": "1",
                "title": "Ortho-1: Oxford",
                "description": "Lot name Ortho-1: Oxford Total UOA activity (annual) 12,000 Maximum annual contract value PS776,160 This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Additional information: 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).",
                "value": {
                    "amount": 6985440,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3240
                },
                "status": "active"
            },
            {
                "id": "2",
                "title": "Ortho-2: Thame",
                "description": "Lot name Ortho-2: Thame Total UOA activity (annual) 4,000 Maximum annual contract value PS258,720 This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Additional information: 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).",
                "value": {
                    "amount": 2328480,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3240
                },
                "status": "active"
            },
            {
                "id": "3",
                "title": "Ortho-3: Eastleigh",
                "description": "Lot name Ortho-3: Eastleigh Total UOA activity (annual) 10,000 Maximum annual contract value PS646,800 This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Additional information: 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).",
                "value": {
                    "amount": 5821200,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3240
                },
                "status": "active"
            },
            {
                "id": "4",
                "title": "Ortho-4: Dover",
                "description": "Lot name Ortho-4: Dover Total UOA activity (annual) 11,000 Maximum annual contract value PS711,480 This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Additional information: 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).",
                "value": {
                    "amount": 6403320,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3240
                },
                "status": "active"
            },
            {
                "id": "Ortho-1",
                "title": "Orthodontic Services in Oxford",
                "description": "NHS England South East (the Commissioner) recommissioned Level 2 and 3a NHS Orthodontic Services in Oxford at an activity level of 12,000 Units of Orthodontic Activity (UOAs) per annum. Adverts were placed on Contracts Finder and the Find a Tender Service and an Invitation to Tender (ITT) process, based on the Open procedure, was undertaken during summer / autumn 2022 to identify the Most Economically Advantageous Tender and therefore determine the incoming provider. Orthodontics is the dental specialty concerned with facial growth, development of the dentition and occlusion, and the assessment, diagnosis, interception and treatment of malocclusions and facial irregularities. The overall aim of the service is to provide equitable, accessible, high quality and cost effective specialist orthodontic services, in line with the National Guide for Commissioning Orthodontics, 2015 and NHS Personal Dental Services (PDS) Agreements Regulations 2005. Orthodontics is mainly provided for children and adolescents who meet the agreed criteria for NHS treatment and for adults where there is clinical justification and where prior approval has been agreed with the commissioner. The service includes: * Assessment and treatment delivered according to each patient's clinical needs, including interceptive treatment and in hours urgent care * Treatment includes examination, taking of radiographs, diagnosis, preventative care, advice, planning of orthodontic treatment, supply and repair of orthodontic appliances including retainers for a period of 12 months following the completion of active orthodontic treatment * Appropriate referral to other healthcare providers for mandatory or advanced mandatory services or any other appropriate and necessary healthcare * Advice to the patient and other clinicians where appropriate The contracts are limited to orthodontic treatment within complexity Level 2 and 3a and excludes all mandatory services and the following additional services: * Sedation services * Domiciliary services * Minor oral surgery * Dental public health services * Orthodontic complexity level 1 and 3b cases The contract has been awarded to Oxford Orthodontics Practice Ltd (previously DCG Trading 3 Ltd). The contract commenced on 12th June 2023 and has been awarded for an initial term of 7 years, with an option to extend for a further 2 years at the sole discretion of the Commissioner. The anticipated annual contract value is PS723,360.00. This value is based on 21/22 prices and will be subject to Dentist and Doctor Pay Review (DDRB) adjustments in the period up to April 2023 and annually thereafter. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Additional information: 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)."
            },
            {
                "id": "Ortho-2",
                "title": "Orthodontic Services in Thame",
                "description": "NHS England South East (the Commissioner) recommissioned Level 2 and 3a NHS Orthodontic Services in Thame at an activity level of 4,000 Units of Orthodontic Activity (UOAs) per annum. Adverts were placed on Contracts Finder and the Find a Tender Service and an Invitation to Tender (ITT) process, based on the Open procedure, was undertaken during summer / autumn 2022 to identify the Most Economically Advantageous Tender and therefore determine the incoming provider. Orthodontics is the dental specialty concerned with facial growth, development of the dentition and occlusion, and the assessment, diagnosis, interception and treatment of malocclusions and facial irregularities. The overall aim of the service is to provide equitable, accessible, high quality and cost effective specialist orthodontic services, in line with the National Guide for Commissioning Orthodontics, 2015 and NHS Personal Dental Services (PDS) Agreements Regulations 2005. Orthodontics is mainly provided for children and adolescents who meet the agreed criteria for NHS treatment and for adults where there is clinical justification and where prior approval has been agreed with the commissioner. The service includes: * Assessment and treatment delivered according to each patient's clinical needs, including interceptive treatment and in hours urgent care * Treatment includes examination, taking of radiographs, diagnosis, preventative care, advice, planning of orthodontic treatment, supply and repair of orthodontic appliances including retainers for a period of 12 months following the completion of active orthodontic treatment * Appropriate referral to other healthcare providers for mandatory or advanced mandatory services or any other appropriate and necessary healthcare * Advice to the patient and other clinicians where appropriate The contracts are limited to orthodontic treatment within complexity Level 2 and 3a and excludes all mandatory services and the following additional services: * Sedation services * Domiciliary services * Minor oral surgery * Dental public health services * Orthodontic complexity level 1 and 3b cases The contract has been awarded to Oxford Orthodontics Ltd. The contract commenced on 19th July 2023 and has been awarded for an initial term of 6 years, 8 months and 13 days with an option to extend for a further 2 years at the sole discretion of the Commissioner. The annual contract value is PS241,120.00. This value is based on 21/22 prices and will be subject to Dentist and Doctor Pay Review (DDRB) adjustments in the period up to April 2023 and annually thereafter. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Additional information: 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)."
            },
            {
                "id": "Ortho-3",
                "title": "Orthodontic Services in Eastleigh",
                "description": "NHS England South East (the Commissioner) recommissioned Level 2 and 3a NHS Orthodontic Services in Eastleigh at an activity level of 10,000 Units of Orthodontic Activity (UOAs) per annum. Adverts were placed on Contracts Finder and the Find a Tender Service and an Invitation to Tender (ITT) process, based on the Open procedure, was undertaken during summer / autumn 2022 to identify the Most Economically Advantageous Tender and therefore determine the incoming provider. Orthodontics is the dental specialty concerned with facial growth, development of the dentition and occlusion, and the assessment, diagnosis, interception and treatment of malocclusions and facial irregularities. The overall aim of the service is to provide equitable, accessible, high quality and cost effective specialist orthodontic services, in line with the National Guide for Commissioning Orthodontics, 2015 and NHS Personal Dental Services (PDS) Agreements Regulations 2005. Orthodontics is mainly provided for children and adolescents who meet the agreed criteria for NHS treatment and for adults where there is clinical justification and where prior approval has been agreed with the commissioner. The service includes: * Assessment and treatment delivered according to each patient's clinical needs, including interceptive treatment and in hours urgent care * Treatment includes examination, taking of radiographs, diagnosis, preventative care, advice, planning of orthodontic treatment, supply and repair of orthodontic appliances including retainers for a period of 12 months following the completion of active orthodontic treatment * Appropriate referral to other healthcare providers for mandatory or advanced mandatory services or any other appropriate and necessary healthcare * Advice to the patient and other clinicians where appropriate The contracts are limited to orthodontic treatment within complexity Level 2 and 3a and excludes all mandatory services and the following additional services: * Sedation services * Domiciliary services * Minor oral surgery * Dental public health services * Orthodontic complexity level 1 and 3b cases The contract has been awarded to Smile Care Eastleigh Ltd. The contract commenced on 1st April 2023 and has been awarded for an initial term of 7 years, with an option to extend for a further 2 years at the sole discretion of the Commissioner. The annual contract value is PS602,800.00. This value is based on 21/22 prices and will be subject to Dentist and Doctor Pay Review (DDRB) adjustments in the period up to April 2023 and annually thereafter. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Additional information: 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)."
            },
            {
                "id": "Ortho-4",
                "title": "Orthodontic Services in Dover",
                "description": "NHS England South East (the Commissioner) sought to commission Level 2 and 3a NHS Orthodontic Services in Dover at an activity level of 11,000 Units of Orthodontic Activity (UOAs) per annum. Adverts were placed on Contracts Finder and the Find a Tender Service and an Invitation to Tender (ITT) process, based on the Open procedure, was undertaken during summer / autumn 2022 to identify the Most Economically Advantageous Tender and therefore determine the incoming provider. No bids were received for this area and a contract has not been awarded. This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Additional information: 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)."
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85131100",
                        "description": "Orthodontic services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ14"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85131100",
                        "description": "Orthodontic services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ14"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85131100",
                        "description": "Orthodontic services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ3"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85131100",
                        "description": "Orthodontic services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ4"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "Ortho-1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85131100",
                        "description": "Orthodontic services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ14"
                    }
                ],
                "relatedLot": "Ortho-1"
            },
            {
                "id": "Ortho-2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85131100",
                        "description": "Orthodontic services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ14"
                    }
                ],
                "relatedLot": "Ortho-2"
            },
            {
                "id": "Ortho-3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85131100",
                        "description": "Orthodontic services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ3"
                    }
                ],
                "relatedLot": "Ortho-3"
            },
            {
                "id": "Ortho-4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85131100",
                        "description": "Orthodontic services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ4"
                    }
                ],
                "relatedLot": "Ortho-4"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://in-tendhost.co.uk/scwcsu/aspx/Home",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2022-07-06T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "reviewDetails": "As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations."
    },
    "parties": [
        {
            "id": "GB-FTS-53850",
            "name": "The NHS Commissioning Board operating as NHS England",
            "identifier": {
                "legalName": "The NHS Commissioning Board operating as NHS England"
            },
            "address": {
                "streetAddress": "York House, 18-20 Massetts Road,",
                "locality": "Horley",
                "region": "UKJ2",
                "postalCode": "RH67DE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Hannah Morley",
                "email": "scwcsu.procurement@nhs.net",
                "url": "https://in-tendhost.co.uk/scwcsu/aspx/Home"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.england.nhs.uk/",
                "buyerProfile": "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"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-18220",
            "name": "High Court in London",
            "identifier": {
                "legalName": "High Court in London"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-86141",
            "name": "NHS England",
            "identifier": {
                "legalName": "NHS England",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "York House, 18-20 Massetts Road",
                "locality": "Horley",
                "region": "UKJ2",
                "postalCode": "RH6 7DE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Hannah Morley",
                "email": "Scwcsu.procurement@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.england.nhs.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-14027602",
            "name": "Oxford Orthodontics Practice Ltd (previously DCG Trading 3 Ltd)",
            "identifier": {
                "legalName": "Oxford Orthodontics Practice Ltd (previously DCG Trading 3 Ltd)",
                "id": "14027602",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "C/O Francis Clark LLP, North Quay House, Sutton Harbour",
                "locality": "Plymouth",
                "region": "UKK41",
                "postalCode": "PL4 0RA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-COH-09597711",
            "name": "Oxford Orthodontics Ltd",
            "identifier": {
                "legalName": "Oxford Orthodontics Ltd",
                "id": "09597711",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Sixty Six, North Quay",
                "locality": "Great Yarmouth",
                "region": "UKH1",
                "postalCode": "NR30 1HE",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-COH-11897565",
            "name": "Smile Care Eastleigh Ltd",
            "identifier": {
                "legalName": "Smile Care Eastleigh Ltd",
                "id": "11897565",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Walnut Tree House, Court Lane, Burnham",
                "locality": "Slough",
                "region": "UKJ11",
                "postalCode": "SL1 8DN",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-FTS-5772",
            "name": "High Court London",
            "identifier": {
                "legalName": "High Court London"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-86141",
        "name": "NHS England"
    },
    "language": "en",
    "awards": [
        {
            "id": "022487-2023-1",
            "relatedLots": [
                "Ortho-1"
            ],
            "title": "Orthodontic Services in Oxford",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-14027602",
                    "name": "Oxford Orthodontics Practice Ltd (previously DCG Trading 3 Ltd)"
                }
            ]
        },
        {
            "id": "022487-2023-2",
            "relatedLots": [
                "Ortho-2"
            ],
            "title": "Orthodontic Services in Thame",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-09597711",
                    "name": "Oxford Orthodontics Ltd"
                }
            ]
        },
        {
            "id": "022487-2023-3",
            "relatedLots": [
                "Ortho-3"
            ],
            "title": "Orthodontic Services in Eastleigh",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-11897565",
                    "name": "Smile Care Eastleigh Ltd"
                }
            ]
        },
        {
            "id": "022487-2023-4",
            "relatedLots": [
                "Ortho-4"
            ],
            "title": "Orthodontic Services in Dover",
            "status": "unsuccessful",
            "statusDetails": "unsuccessful"
        }
    ],
    "contracts": [
        {
            "id": "022487-2023-1",
            "awardID": "022487-2023-1",
            "title": "Orthodontic Services in Oxford",
            "status": "active",
            "value": {
                "amount": 6510240,
                "currency": "GBP"
            },
            "dateSigned": "2023-06-12T00:00:00+01:00"
        },
        {
            "id": "022487-2023-2",
            "awardID": "022487-2023-2",
            "title": "Orthodontic Services in Thame",
            "status": "active",
            "value": {
                "amount": 2170080,
                "currency": "GBP"
            },
            "dateSigned": "2023-07-19T00:00:00+01:00"
        },
        {
            "id": "022487-2023-3",
            "awardID": "022487-2023-3",
            "title": "Orthodontic Services in Eastleigh",
            "status": "active",
            "value": {
                "amount": 5425200,
                "currency": "GBP"
            },
            "dateSigned": "2023-04-01T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "Ortho-1",
                "value": 6
            },
            {
                "id": "3",
                "measure": "bids",
                "relatedLot": "Ortho-2",
                "value": 4
            },
            {
                "id": "5",
                "measure": "bids",
                "relatedLot": "Ortho-3",
                "value": 4
            },
            {
                "id": "2",
                "measure": "electronicBids",
                "relatedLot": "Ortho-1",
                "value": 6
            },
            {
                "id": "4",
                "measure": "electronicBids",
                "relatedLot": "Ortho-2",
                "value": 4
            },
            {
                "id": "6",
                "measure": "electronicBids",
                "relatedLot": "Ortho-3",
                "value": 4
            }
        ]
    }
}