Notice Information
Notice Title
Supervised Toothbrushing Scheme
Notice Description
Tenders were invited by the Council from Providers with relevant experience and ability to demonstrate sufficient capacity for the provision of a Supervised Teeth Brushing Scheme (the "Services"). This project will build on and enhance the existing supervised toothbrushing work already happening in Kirklees. The current work has a focus on 2, 3, and 4 years olds within early years settings. The current work also provides settings with advice, support and guidance around developing and implementing healthy food and drink policies. This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Healthcare Services (Provider Selection Regime) Regulation 2023. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 and/or Procurement Act 23 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by 11th November 2025. This contract has not yet formally been awarded; this notice serves an an intention to award a contract under the competitive process of the PSR. This notice is an intention to award a contract under the competitive process. This is a new service. From 1st January 2026 to 31st December 2029 (including extensions). The award criteria was specified in the procurement documents. The procurement documents included the contract award criteria, including the agreed relevant importance of key criteria (e.g. weighting) against which bids were evaluated. Written representations should be sent via the Messaging Function of YORtender at https://yortender.eu-supply.com/login.asp? B=YORTENDER (https://yortender.eu-supply.com/login.asp?B=YORTENDER). Conflicts of interest identified among the group: 0 Award decision maker: Acting Head of Improving Population Health
Lot Information
Lot 1
Renewal: Option to extend for up to a further 3 years subject to funding up to 31/12/2029
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-058e2c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/069692-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85130000 - Dental practice and related services
85140000 - Miscellaneous health services
Notice Value(s)
- Tender Value
- £502,868 £500K-£1M
- Lots Value
- £502,868 £500K-£1M
- Awards Value
- £502,860 £500K-£1M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Oct 20251 months ago
- Submission Deadline
- 29 Sep 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 30 Oct 20251 months ago
- Contract Period
- 1 Jan 2026 - 31 Dec 2026 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE COUNCIL OF THE BOROUGH OF KIRKLEES
- Contact Name
- Not specified
- Contact Email
- procurement@kirklees.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- HUDDERSFIELD
- Postcode
- HD1 2TA
- Post Town
- Huddersfield
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE44 Calderdale and Kirklees
- Delivery Location
- TLE44 Calderdale and Kirklees
-
- Local Authority
- Kirklees
- Electoral Ward
- Newsome
- Westminster Constituency
- Huddersfield
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/069692-2025
30th October 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/056404-2025
15th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/055255-2025
10th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/051443-2025
27th August 2025 - Tender notice on Find a Tender
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-058e2c-2025-10-30T11:59:03Z",
"date": "2025-10-30T11:59:03Z",
"ocid": "ocds-h6vhtk-058e2c",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PXHZ-9111-QHMJ",
"name": "The Council of the Borough of Kirklees",
"identifier": {
"scheme": "GB-PPON",
"id": "PXHZ-9111-QHMJ"
},
"address": {
"streetAddress": "The Town Hall, Ramsden Street",
"locality": "Huddersfield",
"postalCode": "HD1 2TA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE44"
},
"contactPoint": {
"email": "procurement@kirklees.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.kirklees.gov.uk",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-CHC-1099770",
"name": "HOME-START KIRKLEES",
"identifier": {
"scheme": "GB-CHC",
"id": "1099770"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PLDZ-3395-HJTD"
}
],
"address": {
"streetAddress": "1st Floor, Bates Mill, Colne Road",
"locality": "Huddersfield",
"postalCode": "HD1 3AG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE44"
},
"contactPoint": {
"email": "info@homestart-kirklees.org.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.homestart-kirklees.org.uk",
"scale": "large",
"vcse": true,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PXHZ-9111-QHMJ",
"name": "The Council of the Borough of Kirklees"
},
"tender": {
"id": "KMCPH-046",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Supervised Toothbrushing Scheme",
"description": "Tenders were invited by the Council from Providers with relevant experience and ability to demonstrate sufficient capacity for the provision of a Supervised Teeth Brushing Scheme (the \"Services\"). This project will build on and enhance the existing supervised toothbrushing work already happening in Kirklees. The current work has a focus on 2, 3, and 4 years olds within early years settings. The current work also provides settings with advice, support and guidance around developing and implementing healthy food and drink policies. This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Healthcare Services (Provider Selection Regime) Regulation 2023. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 and/or Procurement Act 23 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by 11th November 2025. This contract has not yet formally been awarded; this notice serves an an intention to award a contract under the competitive process of the PSR. This notice is an intention to award a contract under the competitive process. This is a new service. From 1st January 2026 to 31st December 2029 (including extensions). The award criteria was specified in the procurement documents. The procurement documents included the contract award criteria, including the agreed relevant importance of key criteria (e.g. weighting) against which bids were evaluated. Written representations should be sent via the Messaging Function of YORtender at https://yortender.eu-supply.com/login.asp? B=YORTENDER (https://yortender.eu-supply.com/login.asp?B=YORTENDER). Conflicts of interest identified among the group: 0 Award decision maker: Acting Head of Improving Population Health",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85130000",
"description": "Dental practice and related services"
},
{
"scheme": "CPV",
"id": "85140000",
"description": "Miscellaneous health services"
}
],
"deliveryAddresses": [
{
"region": "UKE44",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE44",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE44",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 502868,
"amount": 502868,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The Most Advantageous Tender (\"MAT\") will be identified by the process, as detailed below: Stage 1 - Completeness and Compliance Checks Submitted Tenders will initially be checked for compliance with the instructions provided in this document, including confirmation that the documents have been completed fully and correctly and have been signed as requested. Failure to correctly complete and sign all the relevant documentation may result in your Tender being treated as non-compliant and the Tender may be eliminated from the process at this stage and not considered further. Where a Tender Submission is received from a Tenderer who is not registered on the Central Digital Platform and/or who has not submitted up-to-date core supplier information on the Central Digital Platform, their submission will be rejected from the tender process and no further evaluation will be undertaken. Stage 2 - Exclusion Grounds The Council will confirm that neither the Supplier or any Connected Person(s), Associated Person(s) or proposed sub-contractors are listed on the Cabinet Office Debarment List. To the extent that any such entities are listed on the Debarment List, the Council will consider whether to exclude the Supplier from participating in the procurement process. In addition, the Council will consider whether any Supplier or Connected Person(s), or Associated Person(s) relied on to meet the Conditions of Participation are an Excluded or Excludable Supplier, providing the Supplier reasonable opportunity to make representations and provide evidence as is proportionate to the circumstances. If the Provider is an Excluded or Excludable Supplier only by virtue of an Associated Person, the Council will notify the Supplier of its intention to exclude the Supplier and provide the Supplier with reasonable opportunity to replace the Associated Person. Where the Council determines that a Supplier is an Excluded Supplier on either of the above grounds, no further evaluation of the Tender Submission will be undertaken. Stage 3 - Conditions of Participation The suitability of Suppliers will be assessed in accordance with the specified Conditions of Participation contained within the Basic Selection Questionnaire. This will be marked purely on a pass or fail basis to ensure that the Supplier is able to meet the Council's minimum requirements. Tenderers who do not indicate that they meet the Council's minimum Conditions of Participation may be excluded from the process at this stage. Stage 4 - Key Criteria (including Social Value) All submitted Tenders which have not been rejected during the previous steps will be assessed to identify the Most Advantageous Tender. The Council will determine the Most Advantageous Tenders by applying the Award Criteria which is more fully described in these Tender Documents. The basis of the Council's Award Criteria will be based on Ninety Five (95%) Key Criteria and Five 5% Price. Stage 5 - Due Diligence Checks A due diligence process will be undertaken against the responses to the Basic Selection Criteria of the Supplier who submitted the Most Advantageous Tender, and any required certification and evidence will be requested. As part of the due diligence process, the Council reserves the right to use other sources of information alongside those provided as part of the Tender to determine the financial stability of the top scoring Tenderer, namely a financial assessment or credit check. If this suggests that there may be an issue with the Tenderer's financial standing, the Council will always follow this up with the Tenderer before coming to a final decision. Based on any additional information provided, the Council will then determine the financial strength of the organisation and may, where appropriate, require parent company guarantees and/or a financial bond to be provided at no additional cost to the Council. The Council reserves the right to disqualify any Tenderer who is unable to provide the required evidence or that fails to satisfy any area of due diligence. Should this situation arise, the Council reserves the right to remove the key criteria scores achieved by the excluded Tenderer from the assessment process and commence due diligence proceedings with the Tenderer now ranked in first place."
},
"mainProcurementCategory": "services",
"specialRegime": [
"lightTouch"
],
"aboveThreshold": true,
"submissionMethodDetails": "https://yortender.eu-supply.com (https://yortender.eu-supply.com)",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-09-29T13:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-09-22T17:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-11-18T23:59:59Z"
},
"lots": [
{
"id": "1",
"status": "complete",
"value": {
"amountGross": 502868,
"amount": 502868,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Suppliers will Pass or Fail on the basis of being financially viable for the Contract tendered for. The rationale applied will be: * an annual turnover of at least one times the annual contract value (PS125,717); and * a positive net worth"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-01-01T00:00:00Z",
"endDate": "2026-12-31T23:59:59Z",
"maxExtentDate": "2029-12-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for up to a further 3 years subject to funding up to 31/12/2029"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "051443-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/051443-2025",
"datePublished": "2025-08-27T09:30:54+01:00",
"format": "text/html"
},
{
"id": "055255-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/055255-2025",
"datePublished": "2025-09-10T10:04:36+01:00",
"format": "text/html"
},
{
"id": "056404-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/056404-2025",
"datePublished": "2025-09-15T08:50:08+01:00",
"format": "text/html"
}
],
"amendments": [
{
"id": "055255-2025",
"description": "Suppliers will Pass or Fail on the basis of being financially viable for the Contract tendered for. The rationale applied will be: * an annual turnover of at least one times the annual contract value (PS125,717); and * a positive net worth"
},
{
"id": "056404-2025",
"description": "Please note this contract does not include VAT"
}
]
},
"language": "en",
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 7,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 6,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 2,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"status": "pending",
"date": "2025-10-30T00:00:00Z",
"value": {
"amountGross": 528388,
"amount": 502860,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-CHC-1099770",
"name": "HOME-START KIRKLEES"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85130000",
"description": "Dental practice and related services"
},
{
"scheme": "CPV",
"id": "85140000",
"description": "Miscellaneous health services"
}
],
"deliveryAddresses": [
{
"region": "UKE44",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2025-11-11T23:59:59Z"
},
"contractPeriod": {
"startDate": "2026-01-01T00:00:00Z",
"endDate": "2026-12-31T23:59:59Z",
"maxExtentDate": "2029-12-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The option to extend for up to three years (dependent on funding) Under PSR standstill starts the day after publication of this notice. Standstill is from 31st October to midnight on the 11th November 2025."
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "069692-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/069692-2025",
"datePublished": "2025-10-30T11:59:03Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-10-30T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-12-15T23:59:59Z",
"status": "scheduled"
}
]
}
]
}