General Dental Services and Unscheduled (Urgent Treatment) Dental Services for Holt and Wells – next – the - Sea
A Tender Notice
by NHS NORFOLK AND WAVENEY INTEGRATED CARE BOARD
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 10 year
- Value
- 7M
- Sector
- HEALTH
- Published
- 16 Apr 2025
- Delivery
- To 14 May 2035 (est.)
- Deadline
- 14 May 2025 10:00
Concepts
Location
Holt and Wells – next – the - Sea
3 buyers
Description
NHS Norfolk and Waveney Integrated Care Board (referred to as the Commissioner) is inviting suitably qualified and experienced providers to deliver General Dental Services and Unscheduled (Urgent Treatment) Dental Services for Holt and Wells – next – the – Sea. The Commissioner expects the service to be delivered from two sites, one in Holt and one in Wells – next – the - Sea (this will be delivered as one contract. The Provider is expected to deliver a combined total of 21,000 Units of Dental Activity (UDA) over the two sites.The Commissioner would like to procure the Service under a Personal Dental Services Agreement (PDS) for a duration of 7 years with the commissioner having the option to extend the Contract for up to a further 3 years (maximum contract duration 10 years). The Service is intended to be provided between 1st October 2025 – 30th September 2035 (10 years maximum duration). Please note the deadline for responses to the Competitive Process is 10:00AM on Wednesday 14th May 2025.
Total Quantity or Scope
The service will be required to offer NHS General Dental Services across the relevant treatment Bands (Bands 1, 2 and 3), in addition to offering unscheduled care (urgent treatment) appointments, as set out in the Personal Dental Services Agreement. The delivery of the service will include approximately 17,787 UDAs for General Dental Services and approximately 3,213 UDAs to deliver 1,560 Unscheduled Care (urgent treatment) Appointments / unscheduled (urgent treatment) care for 30 patients per week for 52 weeks a year under sessional payment arrangements.The activity is based on the existing contractual arrangements for both locations. It is important for Providers to understand the demographics and socio-economic issues faced in each of the locations.Services are expected to be offered between the hours of 9:00am and 5:30pm Monday – Friday, with Saturday opening optional at present, throughout the entirety of the year. The provider should ensure that unscheduled care appointments are accessible via 111. Providers should be mindful of Core20Plus5 population groups with a view to reducing barriers to accessing the service.Providers are to note, the Commissioner will not be providing any premises for the delivery of the service . The Commissioner expects the service to be delivered from two sites, one in Holt and one in Wells – next – the - Sea.
CPV Codes
- 85130000 - Dental practice and related services
Indicators
- Bids should cover the whole contract.
- Renewals are not available.
- Professional qualifications are sought.
- Award on basis of price and quality.
Other Information
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.The Contracting Authority will be using an eTendering system for this procurement exercise.Further information and the ITT documentation can be found via the 'Live Opportunities' list on the e-tendering system at the following link:https://atamis-1928.my.salesforce-sites.com/?SearchType=ProjectsYou can also register your interest via this page. You can search for the opportunity by entering the following contract reference: C344096: General Dental and Unscheduled Dental Services for Holt and Wells–next–the-sea.The Basic Selection Questions are Pass/Fail and the award criteria for the Key Criteria Questions are as follows and these will be scored on a 0-5 scoring mechanism;Key Criteria 1: Quality and Innovation: 36.00%Key Criteria 2: Value: 0.00% (Pass/Fail)Key Criteria 3: Integration, Collaboration and Services Sustainability: 26.00%Key Criteria 4: Improving Access, Reducing Health Inequalities and Facilitating Choice: 19.50%Key Criteria 5: Social Value: 18.50%The evaluation stages are as follows;Stage 1: Preliminary compliance reviewStage 2: Evaluation of the Basic Selection QuestionStage 2a: ModerationStage 2b: Clarification Stage 2c: Re-Moderation if requiredStage 3: Evaluation of Key Criteria Questions Stage 3a: ModerationStage 3b: ClarificationStage 3c: Re-Moderation if requiredNeither the publication of this notice nor the employment of any particular terminology nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations.Please see published procurement documentation for further details.
Reference
- FTS 015623-2025