NHS Tier 2 Oral Surgery Services in NHS Kent and Medway and NHS Sussex Integrated Care Boards (ICBs)

  • NHS Kent and Medway Integrated Care Board (ICB)
  • NHS Sussex Integrated Care Board (ICB)

F14: Notice for changes or additional information

Notice identifier: 2026/S 000-005823

Procurement identifier (OCID): ocds-h6vhtk-05d383

Published 22 January 2026, 2:35pm



Section one: Contracting authority/entity

one.1) Name and addresses

NHS Kent and Medway Integrated Care Board (ICB)

Ashford

Email

Scwcsu.procurement@nhs.net

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

Email

Scwcsu.procurement@nhs.net

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

https://health-family.force.com/s/Welcome


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:

https://www.england.nhs.uk/wp-content/uploads/2018/09/guidance-for-the-accreditation-of-performers-of-level-2-complexity-care-dec-2018.pdf

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.