Published date: 8 January 2021
Awarded contract - This means that the contract has been awarded to a supplier.
Contract summary
Industry
Health and social work services - 85000000
Location of contract
South East
Value of contract
£0 to £21,249,823
Procurement reference
PR003284-Batch 1
Published date
8 January 2021
Closing date
19 December 2019
Closing time
12pm
Contract start date
27 May 2020
Contract end date
31 March 2025
Contract type
Service contract
Procedure type
Open procedure (above threshold)
Any interested supplier may submit a tender in response to an opportunity notice.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
Yes
Description
NHS England & NHS Improvement - South East are seeking to commission Mandatory Dental Services in the Kent, Surrey and Sussex area. The Commissioner will be contracting for the services using the Standard clauses for a personal dental services agreement.
The contract term will be for a term of up to 59 months, and is due to commence from May 2020. The Commissioner has a maximum budget of £4,321,997 per annum for all Lots.
The procurement is split into a number of lots so as to provide maximum flexibility to both the Commissioner and Bidders and interested parties may bid for one or more lots. The Commissioners seek tender responses from providers who have the capability and capacity to undertake such a contract. This procurement is being carried out by NHS South, Central & West Commissioning Support Unit (SCW) on behalf of the Commissioners.
The Contract includes the following services:
• mandatory dental services
• urgent access appointments for patients that do not usually attend the practice and directed to the practice by 111, the Dental Helpline, out of hours services or by self-referral - this is only required for 7,000 and 21,000 UDA contract sizes
• provide bookable appointments outside core hours - this is only required for 7,000 and 21,000 UDA contract sizes
• health improvement activities targeted at vulnerable adults and children
• dental treatment for older people in care alongside a responsibility to build relationships with local care homes to support access
• dental treatment for patients weighing over 300 kg (47 stones) - this is only required for 21,000 UDA contract sizes
• referral to other healthcare providers for advanced mandatory services or any other appropriate and necessary healthcare
• advice to the patient and other clinicians where appropriate
Interested parties who wish to take part in the procurement are invited to take part in an Invitation To Tender (ITT) process, based on the open procedure and designed to identify the most economically advantageous tender and therefore determine the incoming provider.
All ITT responses must be returned by 12 noon on Thursday 19th December 2019, at the latest.
An early engagement market notice was published in relation to this procurement in April 2019, in order to facilitate early engagement with potential providers. Please note that this previous notice was an information gathering exercise rather than a call for competition in its own right. Although those who responded to that notice will be advised that this contract notice has been published, there will be no process exemptions or preferential treatment afforded to any parties who expressed an interest at that stage.
More information
Previous notice about this procurement
- Opportunity
- Published 12 November 2019
Links
-
- https://in-tendhost.co.uk/scwcsu/aspx/Registration
- Tender notice
- If you are not yet registered on In-Tend, please visit:
-
- https://in-tendhost.co.uk/scwcsu/aspx/Home
- Tender notice
- In-Tend eTendering Portal
-
- https://in-tendhost.co.uk/scwcsu/aspx/ProjectManage/1076
- Tender notice
- In-Tend opportunity direct link
Additional text
-
Interested parties can access the opportunity directly by following the link below:
https://in-tendhost.co.uk/scwcsu/aspx/ProjectManage/1076
In order to access the tender documentation you will need to 'express an interest' and register on the system. Bidders are required to respond to Selection Questionnaire and ITT questions directly within the system and attach any requested documents separately to the placeholders provided.
On registration, please include at least two contacts to allow for access to the system in times of absence.
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.
Award information
Awarded date
6 October 2020
Contract start date
23 October 2020
Contract end date
27 August 2025
Total value of contract
£18,538,283
This contract was awarded to 4 suppliers.
Saimo Ltd
Address
1 Woodlands
Crawley
West Sussex
RH10 3DTReference
Companies House number: 12357667
Supplier is SME?
No
Supplier is VCSE?
No
Additional details
-
Lots KSS1-1 Dartford_Central; KSS1-11 Sevenoaks_Sevenoaks
DUMBLEDORE DENTAL CARE LIMITED
Address
Handcross
HAYWARDS HEATH
RH17 6HB
GBReference
Companies House number: 06435295
Supplier is SME?
No
Supplier is VCSE?
No
Additional details
-
Lots KSS1-3 Dover_Dover; KSS1-7 Swale_Minster; KSS1-8 Brighton & Hove_Moulescomb; KSS1-9 Thanet_Margate or Ramsgate
NORTHERN LIGHTS PARTNERSHIP LIMITED
Address
Audit House,260 Field End Road, Eastcote
RUISLIP
Middlesex
HA4 9LT
GBReference
Companies House number: 09136617
Supplier is SME?
No
Supplier is VCSE?
No
Additional details
-
Lot KSS1-5 Swale - Faversham
Kent Community Health NHS Foundation Trust
Address
The Oast, Unit D
Hermitage Court
Hermitage Lane
Maidstone
Kent
ME16 9NTReference
No reference - other
Supplier is SME?
No
Supplier is VCSE?
No
Additional details
-
Lot KSS1-10 Dover-Sandwich
About the buyer
Contact name
Phil Fear
Address
South Plaza,Marlborough Street
BRISTOL
BS13NX
England
Telephone
0117 900 2374
Website
Share this notice
Closing: 19 December 2019, 12pm