Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Hywel Dda University Health Board
Ty Gorwel, St Davids Park
Jobswell Road
SA31 3BB
UK
Contact person: Sara Pell
Telephone: +44 1633831525
E-mail: sara.pell@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://nwssp.nhs.wales/ourservices/procurement-services/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/home.htm
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/home.htm
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etenderwales.bravosolution.co.uk/home.htm
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision for General Dental Services (Llandeilo)
Reference number: HDD-OJEULT-54589
II.1.2) Main CPV code
85131000
II.1.3) Type of contract
Services
II.1.4) Short description
Hywel Dda University Health Board are seeking to procure the provision of General Dental Services for Hywel Dda University Health Board within Llandeilo – Tywi/Taf (2T’s) Cluster Area
II.1.5) Estimated total value
Value excluding VAT:
6 010 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85131000
85130000
II.2.3) Place of performance
NUTS code:
UKL14
II.2.4) Description of the procurement
Hywel Dda University Health Board is seeking to procure the provision of General Dental Services for Hywel Dda University Health Board within Llandeilo – Tywi/Taf (2T’s) Cluster Area.
The indicative number of patients to be served by the practice is up to 7,500 patients per annum, once the practice is fully operational.
Providers will be required to describe how they intend to engage with existing organisations and agencies in the locality to maximise their impact on the oral health of the local population. This will require developing effective local partnerships with existing organisations that can help in the task of reaching the more difficult to reach patients who have genuine needs.
The Health Board will accept proposals for partial or whole bids for this service. Bidders must indicate this in question 1 of the technical capability response.
Should a bidder wish to only bid for part of the requirements this must be clearly detailed as the proportion of the contract as a minimum/maximum figure.
The Health Board will give preference to any bids for the full provision.
Partial bids will be awarded by Health Board on a ranked basis with the highest bidder being awarded the maximum figure indicated in question 1 of the technical capability response, the second placed bidder will be awarded either the remainder or up to the maximum figure indicated, any further volumes will be awarded based on the same scale.
The contract is offered under the terms of the NHS (Personal Dental Services Agreements) (Wales) Regulations 2006 and subsequent amendments plus a Dental Contract Reform Contact Variation/Service Level Agreement. The PDS regulations detail mandatory services and additional services. The clinical services to be provided are those deemed as mandatory services and as a minimum, the provider must meet the requirements of the NHS (Personal Dental Services Agreements) (Wales) Regulations 2006 in all aspects relating to the provision of mandatory services. The DCR expectations are set out in the GDS DCR programme principles.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Extension option of up to a further five (5) years available
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/12/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
11/12/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=135954
(WA Ref:135954)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
31/10/2023