Contract

NHS Tier 2 Oral Surgery Services in Buckinghamshire, Oxfordshire Berkshire West (BOB) and Frimley (Berkshire East) Integrated Care Boards (ICBs)

  • Buckinghamshire, Oxfordshire & West Berkshire (BOB) Integrated Care Board
  • Frimley Integrated Care Board

F03: Contract award notice

Notice identifier: 2026/S 000-006285

Procurement identifier (OCID): ocds-h6vhtk-0583a8

Published 23 January 2026, 3:03pm



Section one: Contracting authority

one.1) Name and addresses

Buckinghamshire, Oxfordshire & West Berkshire (BOB) Integrated Care Board

Oxford

Email

Scwcsu.procurement@nhs.net

Country

United Kingdom

Region code

UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.bucksoxonberksw.icb.nhs.uk

one.1) Name and addresses

Frimley Integrated Care Board

Windsor

Email

Scwcsu.procurement@nhs.net

Country

United Kingdom

Region code

UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.frimley.icb.nhs.uk/

one.2) Information about joint procurement

The contract involves joint procurement

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NHS Tier 2 Oral Surgery Services in Buckinghamshire, Oxfordshire Berkshire West (BOB) and Frimley (Berkshire East) Integrated Care Boards (ICBs)

Reference number

C377861

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Buckinghamshire, Oxfordshire & West Berkshire (BOB) and Frimley (Berkshire East) Integrated Care Boards (ICBs) (the Commissioners) sought providers who have the capability and capacity to deliver NHS Tier 2 Oral Surgery services in Buckinghamshire, Oxfordshire West Berkshire & and Frimley (Berkshire East), in line with the specified requirements.

The procurement was divided into 4 lots in the BOB ICB area & and Frimley ICB (East Berkshire) area. Providers were able to bid for a maximum of 2 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:

NHS England » 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 Buckinghamshire, Oxfordshire, West Berkshire and Berkshire East.

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 will commenced in September 2025.

The contract term is planned to commence on 1st April 2026 and will be for a duration of 5 years with an optional extension of 2 years.

The maximum total initial contract values (5 years) for each lot are as follows:

Lot 1 - Buckinghamshire: £4,185,955

Lot 2 - Oxfordshire: £5,494,775

Lot 3 - Berkshire West: £4,378,460

Lot 4 - Berkshire East: £4,480,525

TUPE did not apply to this procurement.

The Commissioner will be contracting for the services using the Standard clauses for a Personal Dental Services agreement.

This notice serves as an intention to award a contract for all 4 Lots under the competitive process of the Provider Selection Regime (PSR).

This procurement was carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £18,539,715

two.2) Description

two.2.1) Title

Buckinghamshire

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ13 - Buckinghamshire CC

two.2.4) Description of the procurement

Buckinghamshire, Oxfordshire Berkshire West (BOB) and Frimley (Berkshire East) Integrated Care Boards (ICBs) (the Commissioner) sought to commission providers who have the capability and capacity to deliver NHS Tier 2 Oral Surgery services, in line with the specified requirements

The procurement was divided into lots. Lot 1 covers the Buckinghamshire area. Please refer to the lot data sheet included within the tender documents for more information.

This notice serves as an intention to award a contract under the competitive process of the Provider Selection Regime (PSR).

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation - 42% Integration, Collaboration and Service Sustainability - 18% Improving access, reducing health inequalities, and facilitating choice - 25% Social Value - 10% / Weighting: 95

Cost criterion - Name: value / Weighting: 5

two.2.11) Information about options

Options: Yes

Description of options

The contract for Lot 1 will be for a term of 5 years with an optional extension of 2 years.

two.2) Description

two.2.1) Title

Oxfordshire

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire

two.2.4) Description of the procurement

Buckinghamshire, Oxfordshire Berkshire West (BOB) and Frimley (Berkshire East) Integrated Care Boards (ICBs) (the Commissioner) sought to commission providers who have the capability and capacity to deliver NHS Tier 2 Oral Surgery services, in line with the specified requirements

The procurement was divided into lots. Lot 2 covers the Oxfordshire area. Please refer to the lot data sheet included within the tender documents for more information.

This notice serves as an intention to award a contract under the competitive process of the Provider Selection Regime (PSR).

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation - 42% Integration, Collaboration and Service Sustainability - 18% Improving access, reducing health inequalities, and facilitating choice - 25% Social Value - 10% / Weighting: 95

Cost criterion - Name: value / Weighting: 5

two.2.11) Information about options

Options: Yes

Description of options

The contract for Lot 2 will be for a term of 5 years with an optional extension of 2 years.

two.2) Description

two.2.1) Title

Berkshire West

Lot No

3

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire

two.2.4) Description of the procurement

Buckinghamshire, Oxfordshire Berkshire West (BOB) and Frimley (Berkshire East) Integrated Care Boards (ICBs) (the Commissioner) sought to commission providers who have the capability and capacity to deliver NHS Tier 2 Oral Surgery services, in line with the specified requirements

The procurement was divided into lots. Lot 3 covers the Berkshire West area.

Please refer to the lot data sheet included within the tender documents for more information.

This notice serves as an intention to award a contract under the competitive process of the Provider Selection Regime (PSR).

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation - 42% Integration, Collaboration and Service Sustainability - 18% Improving access, reducing health inequalities, and facilitating choice - 25% Social Value - 10% / Weighting: 95

Cost criterion - Name: value / Weighting: 5

two.2.11) Information about options

Options: Yes

Description of options

The contract for Lot 3 will be for a term of 5 years with an optional extension of 2 years.

two.2) Description

two.2.1) Title

Berkshire East

Lot No

4

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire

two.2.4) Description of the procurement

Buckinghamshire, Oxfordshire Berkshire West (BOB) and Frimley (Berkshire East) Integrated Care Boards (ICBs) (the Commissioner) sought to commission providers who have the capability and capacity to deliver NHS Tier 2 Oral Surgery services, in line with the specified requirements

The procurement was divided into lots. Lot 4 covers the Berkshire East area.

Please refer to the lot data sheet included within the tender documents for more information.

This notice serves as an intention to award a contract under the competitive process of the Provider Selection Regime (PSR).

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation - 42% Integration, Collaboration and Service Sustainability - 18% Improving access, reducing health inequalities, and facilitating choice - 25% Social Value - 10% / Weighting: 95

Cost criterion - Name: value / Weighting: 5

two.2.11) Information about options

Options: Yes

Description of options

The contract for Lot 4 will be for a term of 5 years with an optional extension of 2 years.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-047035


Section five. Award of contract

Lot No

1

Title

Buckinghamshire

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 January 2026

five.2.2) Information about tenders

Number of tenders received: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

HADDENHAM DC LIMITED

Aylesbury

Country

United Kingdom

NUTS code
  • UKJ13 - Buckinghamshire CC
Companies House

16052648

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £4,185,955


Section five. Award of contract

Lot No

2

Title

Oxfordshire

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 January 2026

five.2.2) Information about tenders

Number of tenders received: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Oxford Dental Care Limited T/A Westbridge Dental

Canterbury

Country

United Kingdom

NUTS code
  • UKJ14 - Oxfordshire
Companies House

06838468

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £5,494,775


Section five. Award of contract

Lot No

3

Title

Berkshire West

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 January 2026

five.2.2) Information about tenders

Number of tenders received: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Aura Dental Sedation Ltd

London

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
Companies House

16671678

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £4,378,460


Section five. Award of contract

Lot No

4

Title

Berkshire East

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 January 2026

five.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Damira Dental Studios Ltd

Pinner

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
Companies House

7284014

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £4,480,525


Section six. Complementary information

six.3) Additional information

The decision to award this contract in line with the Competitive Process was based on evaluation against the basic selection criteria (in the form of a Selection Questionnaire), which was assessed on a pass/fail basis, and the PSR 5 key criteria, which were assessed on a 0-4 scale, with the below weightings.

Several tender questions were asked under each of the key criteria.

Quality & Innovation - 42%

Value - 5%

Integration, Collaboration and Service Sustainability - 18%

Improving access, reducing health inequalities, and facilitating choice - 25%

Social Value - 10%

The providers selected for award have been chosen as they passed the basic selection criteria and were the highest scoring bidder overall, against the key criteria.

After conducting a thorough Competitive Process, taking into account the key criteria and applying the basic selection criteria, Buckinghamshire, Oxfordshire Berkshire West (BOB) and Frimley (Berkshire East) Integrated Care Boards (ICBs).is content that the providers' bid sufficiently met the key criteria and thus can proceed to contract award under the Health Care Services (Provider Selection Regime) Regulations 2023.

The evaluation panel consisted of subject matter experts from NHS England, NHS BOB ICB, NHS Frimley ICB and independent experts took part in the evaluation process.

There were five potential declarations of conflict of interest made via the conflict of interest process and recorded accordingly. They were not deemed as an actual conflict or risk to the procurement but were still managed accordingly with appropriate mitigations.

Award decisions have been recommended by the Buckinghamshire, Oxfordshire Berkshire West (BOB) and Frimley (Berkshire East) Integrated Care Boards (ICBs).

This is a Provider Selection Regime (PSR) intention to award 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 Public Contracts Regulations 2015 and The Procurement Act 2023 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by 4th February 2026. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.

Written representations should be sent to scwcsu.procurement@nhs.net.

six.4) Procedures for review

six.4.1) Review body

NHS England

London

Country

United Kingdom