Section one: Contracting authority/entity
one.1) Name and addresses
NHS Kent and Medway Integrated Care Board (ICB)
Ashford
Country
United Kingdom
Region code
UKJ4 - Kent
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.kentandmedway.icb.nhs.uk/
Buyer's address
https://health-family.force.com/s/Welcome
one.1) Name and addresses
NHS Sussex Integrated Care Board (ICB)
Lewes
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.sussex.ics.nhs.uk/
Buyer's address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NHS Tier 2 Oral Surgery Services in NHS Kent and Medway and NHS Sussex Integrated Care Boards (ICBs)
Reference number
C395282
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Kent and Medway and NHS Sussex Integrated Care Boards (ICBs) (the Commissioners) are seeking to commission providers who have the capability and capacity to deliver NHS Tier 2 Oral Surgery services in Kent and Medway and Sussex, in line with the specified requirements.
The procurement is divided into 9 lots across the Kent and Medway ICB and Sussex ICB areas. Providers may bid for a maximum of 3 Lots.
Oral surgery deals with the diagnosis and management of pathology of the mouth and jaws that requires surgical intervention. It involves the treatment of adolescents and adults, and the management of dentally anxious and medically complex patients. Further information on the services can be found in the Oral Surgery clinical standards:
https://www.england.nhs.uk/long-read/oral-surgery-clinical-standard/
The services will provide Level 2 Oral Surgery for patients, either residing in or currently under the care of a General Dental Practitioner (GDP), in Kent & Medway and Sussex.
All Mandatory Dental Services, including simple non-surgical extractions, are excluded from the scope but some services will include Sedation in accordance with the Guidance for Commissioning Sedation for Dental Services in Primary Care 2017.
The aims of the service (with Sedation) are to:
• ensure that equitable, accessible, cost effective, high quality Level 2 Oral Surgery services are available to the public locally
• increase the availability and accessibility of the primary care based Level 2 services to those patients who require sedation to support them to receive a minor oral surgical procedure locally
• release pressures and waiting times for treatment at secondary care centres
Performers will need to be accredited to provide the services to a Level 2 standard. The accreditation will be through an accreditation panel led by the Managed Clinical Network for Oral Surgery, with the support of NHS England and the ICB. Further information on accreditation can be found in the commissioning guide:
Performers must follow the agreed regional accreditation process that is estimated to commence from October 2025.
The contract term is planned to commence between 1st April and 1st June 2026 and will be for a duration of 6 years with an optional extension of 3 years for lots 1 to 4, and 5 years with an optional extension of 2 years for lots 5 to 9.
The maximum total initial contract values (6 years lots 1 - 4, 5 years lots 5 - 9) for each lot are as follows:
Lot 1 Kent and Medway 1 - £7,585,962
Lot 2 Kent and Medway 2 - £3,556,650
Lot 3 Kent and Medway 3 - £7,190,676
Lot 4 Kent and Medway 4 - £11,826,438
Lot 5 Sussex 1 - £3,180,977
Lot 6 Sussex 2 - £4,192,100
Lot 7 Sussex 3 - £2,719,116
Lot 8 Sussex 4 - £3,393,457
Lot 9 Sussex 5 - £1,891,728
TUPE may apply to this procurement.
This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
Interested providers will be able to view the opportunity and access the tender documentation via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome
Section six. Complementary information
six.6) Original notice reference
Notice number: 2025/S 000-068249
Section seven. Changes
seven.1) Information to be changed or added
seven.2) Other additional information
Following the submission of bids, the commissioner has seen a significantly higher volume of interest than originally anticipated. While we welcome this strong market response, the volume of detailed submissions means that the current single-stage evaluation process is no longer the most proportionate or effective way to identify the most suitable provider.
In accordance with Section A.19 of the ITT document published for this process and Regulation 15 of the Health Care Services (Provider Selection Regime) Regulations 2023, the Commissioner has decided to abandon the current procurement exercise and will shortly relaunch the opportunity as a two-stage competitive process.
This is a Provider Selection Regime (PSR) notice that this provider selection process has been abandoned and a contract has not been awarded. This process has been abandoned under the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 and The Procurement Act 2023 do not apply.