Contract

Tier 2 Dental Sedation Services in Sussex

  • NHS Sussex Integrated Care Board

F03: Contract award notice

Notice identifier: 2026/S 000-009846

Procurement identifier (OCID): ocds-h6vhtk-06469f (view related notices)

Published 4 February 2026, 10:55am



Section one: Contracting authority

one.1) Name and addresses

NHS Sussex Integrated Care Board

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/

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

Tier 2 Dental Sedation Services in Sussex

Reference number

1000580000

two.1.2) Main CPV code

  • 85130000 - Dental practice and related services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Sussex (the Commissioner) are looking to continue the Tier 2 Dental Sedation Services with the current provider in Sussex.

After conducting an assessment of the incumbent provider, taking into account the key criteria and applying the basic selection criteria, the Commissioner is content that the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard.

The contract term will be for an initial period of 12 months, with an option to extend for a further 12 months at the sole discretion of the Commissioner. The service is anticipated to commence on the 1st April 2026.

The total contract value excluding extensions is £137,555.08, and £275,110.16 including extensions.

This transparency notice serves as an intention to award the contract to the incumbent provider, using direct award process C under Provider Selection Regime (PSR).

two.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £275,110.16

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

NHS Sussex (the Commissioner) are looking to continue the Tier 2 Dental Sedation Services with the current provider in Sussex.

Tier 2 dental sedation services provide dental treatment under conscious sedation for people with more complex medical histories or who need more complex treatment and moderate anxiety management than can be offered by Tier 1 dental services. The clinical standards for sedation in dentistry describe the speciality and the methods for managing anxiety management of which conscious sedation is one option.

The term of the existing Sedation contract is due to expire on 31st March 2026 and the Commissioner has proposed that a new contract should replace the existing contract at the end of its term.

All requirements outlined in Regulation 6(5) of the Health Care Services (Provider Selection Regime) Regulations 2023 have been met, including not breaching the considerable change threshold, and therefore direct award process C has been deemed the appropriate provider selection process.

After conducting an assessment of the incumbent provider, taking into account the key criteria and applying the basic selection criteria, the Commissioner is content that the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard.

The contract term will be for an initial period of 12 months, with an option to extend for a further 12 months at the sole discretion of the Commissioner. The service is anticipated to commence on the 1st April 2026.

The total contract value excluding extensions is £137,555.08, and £275,110.16 including extensions.

A full procurement for this service is in the pipeline and has a planned start date of April 2027. Other providers in Sussex will have the opportunity to bid for this contract when it is fully procured.

This transparency notice serves as an intention to award the contract to the incumbent provider, using direct award process C under 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: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100

Price - Weighting: 30

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

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 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 midnight on 17th February 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

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

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

3 February 2026

five.2.2) Information about tenders

Number of tenders received: 1

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

five.2.3) Name and address of the contractor

Pitchforth A & Elalami M

Hastings

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

Yes

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

Total value of the contract/lot: £275,110.16


Section six. Complementary information

six.3) Additional information

An assessment against the key criteria (set out in the Provider Selection Regime) was carried out to assess the provider's performance against the current contract, as well as their likely performance against the new contract, and their ability to deliver safe, high-quality service.

The basic selection criteria were applied as part of the DAPC provider assessment and were assessed on a Pass / Fail Basis. The provider attained a 'pass' on all elements of the basic selection criteria.

Multiple assessment areas were included under each of the key criteria, and each weighted to reflect its importance in service delivery, value, and sustainability:

• Quality & Innovation (25%)

Pitchforth & Elalami demonstrate a stable approach to quality through established processes for recording and responding to complaints and compliments, alongside routine contract monitoring that indicates no current concerns. Their use of an in‑house staff survey to identify and act on opportunities for improvement reflects a commitment to enhancing workplace culture and driving incremental service improvements. Overall, the provider shows a consistent focus on maintaining safe, reliable care and supporting ongoing quality development within the service.

• Value (30%)

Pitchforth & Elalami demonstrate strong value through consistently delivering activity above contracted levels, showing reliable capacity to meet patient demand and maintain continuity of sedation services. Their sustained performance contributes to overall system effectiveness by supporting timely treatment within primary care and reducing pressure on other parts of the pathway. This ongoing reliability, combined with stable operational delivery, reflects good value for commissioners and supports the wider system's ability to meet patient need.

• Integration, Collaboration and Service Sustainability (15%)

Pitchforth & Elalami are a long‑standing and well‑established provider in Sussex, offering consistent and resilient delivery of dental sedation services. Their sustained presence and familiarity with local service pathways support reliable patient flow and smooth coordination with other organisations. The provider's enduring role in the system contributes to service stability and helps maintain continuity of care for patients who require specialist sedation.

• Improving Access, Reducing Health Inequalities and Facilitating Choice (20%)

Pitchforth & Elalami perform well against this criterion by providing specialist sedation services that expand access for patients who cannot be treated in standard dental settings, including those from highly deprived areas. Their model enables earlier treatment and reduces the risk of unmet dental need, helping to narrow local health inequalities. Established referral pathways support patient choice and ensure individuals can select a provider suited to their clinical needs, reinforcing equitable access and improved outcomes.

• Social Value (10%)

Pitchforth & Elalami contribute to social value by supporting local employment through their wider dental service activity and by operating in a way that benefits the surrounding community. Their use of digital systems reduces paper consumption and supports more sustainable practice operations, while regular staff engagement helps maintain a positive working environment. Collectively, these measures demonstrate a commitment to social, economic, and environmental wellbeing within the local area.

The provider attained a sufficient score to be satisfied of their ability to continue to provide a high quality service for the population whilst ensuring the best value and service continuity for NHS Sussex.

The assessments were based on knowledge gained through discussions with the South East Dental Commissioning Team, direct contact with the provider, and historical performance data.

Award decisions have been recommended by the NHS Sussex Primary Care Commissioning Manager and approved by the Procurement and Provider Selection Steering Group (PPSSG).

There are no identified conflicts of interest.

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 decision makers by midnight on 17th February 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

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

six.4) Procedures for review

six.4.1) Review body

NHS Sussex Integrated Care Board

Lewes

Country

United Kingdom