Section one: Contracting authority
one.1) Name and addresses
NHS SUFFOLK AND NORTH EAST ESSEX INTEGRATED CARE BOARD
Endeavour House, Russell Road
Ipswich
IP12BX
Contact
Jane Garnett
Country
United Kingdom
Region code
UKH14 - Suffolk
NHS Organisation Data Service
QJG
Internet address(es)
Main address
https://suffolkandnortheastessex.icb.nhs.uk/
Buyer's address
https://atamis-1928.my.site.com/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://atamis-1928.my.site.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-1928.my.site.com/
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
General Dental Services
two.1.2) Main CPV code
- 85131000 - Dental-practice services
two.1.3) Type of contract
Services
two.1.4) Short description
Suffolk and North East Essex Integrated Care Board (SNEE ICB) has identified a number of areas as having limited dental access according to the population size and need. To support access SNEE ICB are undertaking an open procurement. This notice is to make potential providers aware of this imminent opportunity and to promote two market engagement sessions.
The areas which would be available as opportunities within the procurement are as follows:
-Bury St Edmunds
-Brandon
-Eye and North West Suffolk
-Saxmundham and North East Suffolk (including Leiston)
-Harwich
This notice is to inform providers of the release of documentation to initiate a competitive process to secure Providers to deliver Dental Services Contracts.
The mobilisation is due to start in June 2026 and there are 5 lots which can be applied against. There are different allocations of units of dental activity (UDA) across each locality; please refer to the procurement documentation for further details.
The total value across the different lots is £39,947,471.50. This is a cumulative total based on the annual contract value of all of the lots and all of the activity. The UDA rates are outlined in detail within the procurement documentation.
Further detail of the services required are outlined within the procurement documentation.
To express an interest and participate in the Competitive Process, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome
It is free to register on the Atamis portal and it can be accessed at any time of day providing you have a working internet connection. Should providers have any queries, or are having problems registering on the portal; they should contact the Atamis helpdesk via: Support-health@Atamis.co.uk or phone number 0800 9956035
The helpdesk is open Monday - Friday between 08:00 - 18:00
The deadline for submissions is 12:00 (noon) 6th March 2026. If you have any questions, please send them through the message centre on the Atamis e-procurement portal.
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.
Responses must be submitted through the Atamis e-Procurement Portal on the link provided in this notice prior to the stated deadline.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 5
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The Authority may wish to introduce additional services during the lifetime of the contract ("Contract modifications"). Such contract modifications will be contemplated where additional requirements are similar and or complementary to the services already included in the contract, at any given time. Such expansion would be by the addition of services commissioned by the Authority as named in the Contract Notice. To this end, the Bidder should be aware that after the award of contract, there is a possibility that the successful Bidder may be offered a variation to the contract in accordance with the Health Care Services (Provider Selection Regime) Regulations 2023.
two.2) Description
two.2.1) Title
Bury St Edmunds
Lot No
1
two.2.2) Additional CPV code(s)
- 85131000 - Dental-practice services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
Main site or place of performance
Bury St Edmunds neighbourhood locality
two.2.4) Description of the procurement
Please refer to the procurement documents for additional information
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £12,305,748
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Brandon
Lot No
2
two.2.2) Additional CPV code(s)
- 85131000 - Dental-practice services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
Main site or place of performance
Brandon neighbourhood locality
two.2.4) Description of the procurement
Please refer to the procurement documentation for further information
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,366,816
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Eye and north-west Suffolk
Lot No
3
two.2.2) Additional CPV code(s)
- 85131000 - Dental-practice services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
Main site or place of performance
Eye and north-west Suffolk neighbourhood locality
two.2.4) Description of the procurement
Please refer to procurement documents for further information.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £7,986,888
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Saxmundham and North East Suffolk (including Leiston)
Lot No
4
two.2.2) Additional CPV code(s)
- 85131000 - Dental-practice services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
Main site or place of performance
Saxmundham and North East Suffolk (including Leiston) neighbourhood locality
two.2.4) Description of the procurement
Please refer to the procurement documents for further information.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £10,616,060
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Harwich
Lot No
5
two.2.2) Additional CPV code(s)
- 85131000 - Dental-practice services
two.2.3) Place of performance
NUTS codes
- UKH34 - Essex Haven Gateway
Main site or place of performance
Harwich neighbourhood locality
two.2.4) Description of the procurement
Please refer to procurement documentation for further information.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,671,959
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2026/S 000-002593
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 March 2026
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
6 March 2026
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
NHS Suffolk and North East Essex Integrated Care Board
Endeavour House, Russell Road
Ipswich
IP12BX
Country
United Kingdom