Recurrent Redistribution of Orthodontic UOAs in Northampton

A Tender Notice
by NHS NORTHAMPTONSHIRE INTEGRATED CARE BOARD

Source
Find a Tender
Type
Contract (Services)
Duration
5 year
Value
3M
Sector
HEALTH
Published
12 May 2026
Delivery
To 08 Jun 2031 (est.)
Deadline
08 Jun 2026 10:00

Related Terms

Location

Northampton

Geochart for 2 buyers and 0 suppliers

Description

NHS Northamptonshire ICB (referred to as the Commissioner) is inviting suitably qualified and experienced providers to deliver Recurrent Distribution of Orthodontic UOAs in Northampton.Orthodontic services play a key role in improving oral health outcomes for children and young people across Northamptonshire. The service provides specialist assessment, diagnosis and treatment of malocclusion, supporting functional improvement, long-term oral health, and enhanced quality of life. The Services are intended to be provided from 1st January 2027 for a period of 3 years, with the Commissioner having the option to extend the Contract for up to a further 2 years (total contract duration, including extensions 5 years) till 31st December 2031.Please note the deadline for responses to the Competitive Process is 10:00am on 8th June 2026.

Total Quantity or Scope

In late 2025, the contract with the incumbent orthodontic provider in Northampton was terminated, resulting in an immediate need for the ICB to secure ongoing provision for recurrent orthodontic activity.To maintain continuity of care and uphold statutory duties around access, quality and patient safety, the ICB is now commissioning recurrent orthodontic UOA activity to stabilise provision within the locality. The service sets out the requirements for the delivery of orthodontic services across Northamptonshire, ensuring: • continuity of treatment for existing patients • timely access to assessment and initiation of care for new referrals • compliance with national orthodontic commissioning standards • robust clinical governance and safeguarding arrangements • equitable access across the county • clear reporting, performance and quality measures.Orthodontics is the dental specialty concerned with facial growth, the development of the dentition and occlusion, and the assessment, diagnosis, interception and treatment of malocclusions and facial irregularities. Treatment planning considers both functional and psychosocial factors, ensuring that orthodontic intervention is undertaken only where it is in the patient’s best interests.The new commissioning arrangement aims to restore predictable capacity following the provider termination, protect patient safety, and ensure that children and young people continue to receive high-quality orthodontic care aligned with national guidance and local oral health priorities.

Renewal Options

The Services are intended to be provided from 1st January 2027 for a period of 3 years, with the Commissioner having the option to extend the Contract for up to a further 2 years (total contract duration, including extensions 5 years) till 31st December 2031.

CPV Codes

  • 85131100 - Orthodontic services
  • 85130000 - Dental practice and related services

Indicators

  • Bids should cover the whole contract.
  • Options are available.
  • Renewals are not available.
  • 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 Procurement Act 2023 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: C421745: Recurrent Redistribution of Orthodontic UOAs in NorthamptonThe 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 or for information only;Key Criteria 1: Quality and Innovation: 47.00%Key Criteria 2: Value: 6.00%Key Criteria 3 Integration, Collaboration and Services Sustainability: 29.00%Key Criteria 4: Improving Access, Reducing Health Inequalities and Facilitating Choice: 8.00%Key Criteria 5: Social Value: 10.00%The evaluation stages are as follows;Stage 1: Preliminary compliance reviewStage 2: Compliance of the Financial Model Template Stage 3: Evaluation of the Basic Selection QuestionStage 4: Evaluation of Key Criteria QuestionsStage 5: Provider Notification of Evaluation Outcome.Neither 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 043570-2026

Domains