Tender

NHS Tier 2 Oral Surgery Services in NHS Surrey Heartlands Integrated Care Board (ICB)

  • NHS Surrey Heartlands ICB

F02: Contract notice

Notice identifier: 2026/S 000-007381

Procurement identifier (OCID): ocds-h6vhtk-06105e

Published 28 January 2026, 9:20am



Section one: Contracting authority

one.1) Name and addresses

NHS Surrey Heartlands ICB

Woking

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

www.surreyheartlands.org/nhs-surrey-heartlands-board

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned address

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 NHS Surrey Heartlands Integrated Care Board (ICB)

Reference number

C411527

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Background and Scope

NHS Surrey Heartlands Integrated Care Board (ICB) is initiating a procurement process for the delivery of Intermediate Minor Oral Surgery (IMOS) services for the Surrey population. The scope of services includes all patients registered with GP practices within Surrey Heartlands, as well as individuals who are not registered with a GP practice but are resident within Surrey. The scope also incorporates patients currently registered with the eleven GP practices in Surrey Heath and Farnham that will transfer from NHS Frimley ICB to the new Surrey and Sussex ICB on 1 April 2026.

While this procurement exercise is being launched by NHS Surrey Heartlands ICB, bidders should note that, following the planned merger of NHS Surrey Heartlands ICB and NHS Sussex ICB on 1 April 2026, the awarding authority for the resulting contracts will be the newly established NHS Surrey and Sussex ICB.

The ICB also reserves the right, following the formation of NHS Surrey and Sussex ICB, to amend the scope of patient eligibility for IMOS services. This may include extending eligibility to all patients registered with GP practices located within either Surrey or Sussex, and/or individuals resident within the geographic boundaries of Surrey or Sussex. Any such amendments will be made in line with statutory obligations under the PSR and associated guidance, alongside the governance, commissioning policies, and assurance processes of the merged ICB.

The procurement is divided into 4 lots across the Surrey Heartlands ICB areas and the incoming Surrey Heath and Farnham populations. Providers can bid for any number of 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 Surrey Heartlands.

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 contract term is planned to commence from 1st August 2026 and will be for a duration of up to 56 months, ending 31st March 2031, with an optional extension of 2 years (for all Lots).

In the event the contracts commence on a date later than 1st August 2026, the contract term will be reduced in accordance with the fixed initial, end date of 31st March 2031.

The maximum total initial contract values for each lot are as follows:

Lot 1 - £3,728,767

Lot 2 - £3,785,777

Lot 3 - £3,373,909

Lot 4 County-wide Sedation Service - £1,146,355

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

two.1.5) Estimated total value

Value excluding VAT: £12,034,808

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 East Surrey & Surrey Downs

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

NHS Surrey Heartlands 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 Surrey Heartlands, in line with the specified requirements.

Lot 1 covers the districts and boroughs of: Reigate & Banstead, Tandridge, Epsom & Ewell, Mole Valley, and parts of Elmbridge. Please refer to the lot data sheets included within the tender documents for more information.

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 July 2026.

TUPE may apply to this lot.

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: £3,728,767

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

56

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: Yes

Description of options

Optional 2 year (24 month) extension.

two.2) Description

two.2.1) Title

Lot 2 Guildford & Waverley including Farnham

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

NHS Surrey Heartlands 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 Surrey Heartlands, in line with the specified requirements.

Lot 2 covers the districts and boroughs of Guildford Borough, Waverley Borough, and Farnham (joining Surrey Heartlands from Frimley ICB in April 2026).Please refer to the lot data sheets included within the tender documents for more information.

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 July 2026.

TUPE may apply to this lot.

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: £3,785,777

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

56

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: Yes

Description of options

Optional 2 year (24 month) extension.

two.2) Description

two.2.1) Title

Lot 3 North West Surrey including Surrey Heath

Lot No

3

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

NHS Surrey Heartlands 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 Surrey Heartlands, in line with the specified requirements.

Lot 3 covers the districts and boroughs of Woking, Runnymede, Spelthorne, and Surrey Heath (joining from Frimley ICB. Please refer to the lot data sheets included within the tender documents for more information.

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 July 2026.

TUPE may apply to this lot.

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: £3,373,909

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

56

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: Yes

Description of options

Optional 2 year (24 month) extension.

two.2) Description

two.2.1) Title

Lot 4 County-wide Sedation Service

Lot No

4

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

NHS Surrey Heartlands 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 Surrey Heartlands, in line with the specified requirements.

The procurement is divided into lots. Lot 4 covers the County-wide Sedation Service. Please refer to the lot data sheets included within the tender documents for more information.

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 July 2026.

TUPE may apply to this lot.

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: £1,146,355

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

56

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: Yes

Description of options

Optional 2 year (24 month) extension.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection criteria as stated in the procurement documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents.


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.2.2) Time limit for receipt of tenders or requests to participate

Date

2 March 2026

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

2 March 2026

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Initial contract term of 5 years with the option for a 2-year extension.

six.3) Additional information

This procurement is being classified as an 'open' procedure - bidders must submit responses to all Basic Selection Criteria (BSC), Compliance questions and ITT (quality and financial) questions by the tender deadline.

Evaluation of tenders will, however, be divided into 2 stages with Stage 1 including assessment of the BSC, compliance, and two of the ITT questions. The 4 highest ranked bids will be taken forward to Stage 2 evaluation, when all remaining ITT questions will be evaluated. All other bids will be discounted at Stage 1 and will not progress for further assessment.

Due to the anticipation of a high level of market interest, this approach is being undertaken to ensure:

• Proportionality: A two-stage process allows for a more focused and manageable evaluation of the most capable providers.

• Robustness: It ensures the Authority can dedicate the necessary resource to a high-quality, comparative assessment of the final shortlisted bids.

Further information regarding the 2-stage approach and evaluation can be found in the ITT documentation.

Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.

Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.

If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.

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 Public Contracts Regulations 2015 and The Procurement Act 2023 do not apply to this award.

six.4) Procedures for review

six.4.1) Review body

NHS Surrey Heartlands ICB

Woking

Country

United Kingdom