Time limit for receipt of tenders or requests to participate
Date: 12/10/2020
Local time: 12:00
The service will provide NHS Orthodontic Services to the population of the Health board, however providers would not be limited to providing the service for patients residing in North Ceredigion, but must be within a 30 mile radius boundaries of Hywel Dda University Health Board.
If you want help with winning this tender, then take a look at our Bid Writers page.
United Kingdom-Carmarthen: Orthodontic services
2020/S 179-433271
Contract notice
Services
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Official name: NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Postal address: Glangwilli Hospital
Town: Carmarthen
NUTS code: UK UNITED KINGDOM
Postal code: SA31 2AF
Country: United Kingdom
E-mail:
Telephone: +44 1267229778
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.2)Information about joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etenderwales.bravosolution.co.uk/
I.4)Type of the contracting authority
Other type: NHS
I.5)Main activity
Health
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Orthodontic Services North Ceredigion
Reference number: HDD-OJEULT-45381
II.1.2)Main CPV code
85131100 Orthodontic services
II.1.3)Type of contract
Services
II.1.4)Short description:
Hywel Dda University Health Board (HDUHB) is working to address health inequalities and access issues within its boundaries. It is
Therefore seeking to commission high quality NHS Orthodontic service to be delivered in primary care settings for patients residing in
Hywel Dda. Contracts would be offered under the terms of The National Health Service (Personal Dental Services Agreements) (Wales)
Regulations 2006. Providers must therefore meet all the legal requirements of the Personal Dental Services (PDS) agreement and have
Recent demonstrable experience of successful delivery of NHS Orthodontic service.
II.1.5)Estimated total value
Value excluding VAT: 1 369 922.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
85131100 Orthodontic services
II.2.3)Place of performance
NUTS code: UKL14 South West Wales
II.2.4)Description of the procurement:
Hywel Dda University Health Board (HDUHB) is seeking to commission high quality NHS personal dental services to be delivered in
Primary care settings for patients across Hywel Dda. The service will provide NHS Orthodontic Services to the population of the Health board, however providers would not be limited to providing the service for patients residing in North Ceredigion, but must be within a 30 mile radius boundaries of Hywel Dda University Health Board.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
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:
Initial term contract of 5 years with option to extend for a further 2 years by way of 1 + 1.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
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.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 12/10/2020
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
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: 12/10/2020
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
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 https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=103908
(WA Ref:103908)
The buyer considers that this contract is suitable for consortia.
VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court
Postal address: Royal Courts of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477501
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
10/09/2020