Tender

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)

F02: Contract notice

Notice identifier: 2026/S 000-010918

Procurement identifier (OCID): ocds-h6vhtk-064a05

Published 6 February 2026, 12:34pm



Section one: Contracting authority

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

one.2) Information about joint procurement

The contract involves joint procurement

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

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 Kent and Medway and NHS Sussex Integrated Care Boards (ICBs)

Reference number

C418885

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.

While this procurement exercise is being launched by NHS Kent & Medway ICB and NHS Sussex ICB, bidders should note that, following the planned merger of NHS Sussex ICB and NHS Surrey Heartlands 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 9 lots across the Kent and Medway ICB and Sussex ICB areas. Providers may 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:

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 GDC registered on the appropriate Specialist Register or general dentists that are 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 commenced from October 2025.

The contract term is planned to commence on 1st April 2027 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.

two.1.5) Estimated total value

Value excluding VAT: £66,767,917

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Kent and Medway 1 - West Kent

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

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 lots. Lot 1 covers the West Kent area. Please refer to the lot data sheets included within the tender documents for more information.

For Bidders who successfully pass the Basic Selection Criteria (BSC) and any other compliance questions, the evaluation of the remainder of the Bid will be undertaken in two stages, (based on a most advantageous tender approach), with Stage 1 taking quality into account and Stage 2 taking both quality and financial elements into account.

TUPE may apply to this lot.

This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).

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.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

72

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 3 year (36 month) extension.

two.2) Description

two.2.1) Title

Kent and Medway 2 - Dartford and Gravesham

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

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 lots. Lot 2 covers the Dartford and Gravesham area. Please refer to the lot data sheets included within the tender documents for more information.

For Bidders who successfully pass the Basic Selection Criteria (BSC) and any other compliance questions, the evaluation of the remainder of the Bid will be undertaken in two stages, (based on a most advantageous tender approach), with Stage 1 taking quality into account and Stage 2 taking both quality and financial elements into account.

TUPE will not apply to this lot.

This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).

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.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

72

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 3 year (36 month) extension.

two.2) Description

two.2.1) Title

Kent and Medway 3 - Medway and Swale

Lot No

3

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

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 lots. Lot 3 covers the Medway and Swale area. Please refer to the lot data sheets included within the tender documents for more information.

For Bidders who successfully pass the Basic Selection Criteria (BSC) and any other compliance questions, the evaluation of the remainder of the Bid will be undertaken in two stages, (based on a most advantageous tender approach), with Stage 1 taking quality into account and Stage 2 taking both quality and financial elements into account.

TUPE may apply to this lot.

This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).

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.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

72

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 3 year (36 month) extension.

two.2) Description

two.2.1) Title

Kent and Medway 4 - East Kent

Lot No

4

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

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 lots. Lot 4 covers the East Kent area. Please refer to the lot data sheets included within the tender documents for more information.

For Bidders who successfully pass the Basic Selection Criteria (BSC) and any other compliance questions, the evaluation of the remainder of the Bid will be undertaken in two stages, (based on a most advantageous tender approach), with Stage 1 taking quality into account and Stage 2 taking both quality and financial elements into account.

TUPE will not apply to this lot.

This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).

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.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

72

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 3 year (36 month) extension.

two.2) Description

two.2.1) Title

Sussex 1 - West Sussex North and Mid

Lot No

5

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 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 lots. Lot 5 covers the West Sussex North and Mid area. Please refer to the lot data sheets included within the tender documents for more information.

For Bidders who successfully pass the Basic Selection Criteria (BSC) and any other compliance questions, the evaluation of the remainder of the Bid will be undertaken in two stages, (based on a most advantageous tender approach), with Stage 1 taking quality into account and Stage 2 taking both quality and financial elements into account.

TUPE will not apply to this lot.

This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).

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.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

60

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

Sussex 2 - West Sussex Coastal

Lot No

6

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 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 lots. Lot 6 covers the West Sussex Coastal area. Please refer to the lot data sheets included within the tender documents for more information.

For Bidders who successfully pass the Basic Selection Criteria (BSC) and any other compliance questions, the evaluation of the remainder of the Bid will be undertaken in two stages, (based on a most advantageous tender approach), with Stage 1 taking quality into account and Stage 2 taking both quality and financial elements into account.

TUPE will not apply to this lot

This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).

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.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

60

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

Sussex 3 - Brighton and Hove

Lot No

7

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 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 lots. Lot 7 covers the Brighton and Hove area. Please refer to the lot data sheets included within the tender documents for more information.

For Bidders who successfully pass the Basic Selection Criteria (BSC) and any other compliance questions, the evaluation of the remainder of the Bid will be undertaken in two stages, (based on a most advantageous tender approach), with Stage 1 taking quality into account and Stage 2 taking both quality and financial elements into account.

TUPE will not apply to this lot.

This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).

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.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

60

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

Sussex 4 - East Sussex (West)

Lot No

8

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 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 lots. Lot 8 covers the East Sussex (West) area. Please refer to the lot data sheets included within the tender documents for more information.

For Bidders who successfully pass the Basic Selection Criteria (BSC) and any other compliance questions, the evaluation of the remainder of the Bid will be undertaken in two stages, (based on a most advantageous tender approach), with Stage 1 taking quality into account and Stage 2 taking both quality and financial elements into account.

TUPE will not apply to this lot.

This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).

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.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

60

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

Sussex 5 - East Sussex (East)

Lot No

9

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 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 lots. Lot 9 covers the East Sussex (East) area. Please refer to the lot data sheets included within the tender documents for more information.

For Bidders who successfully pass the Basic Selection Criteria (BSC) and any other compliance questions, the evaluation of the remainder of the Bid will be undertaken in two stages, (based on a most advantageous tender approach), with Stage 1 taking quality into account and Stage 2 taking both quality and financial elements into account.

TUPE will not apply to this lot.

This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).

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.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

60

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

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

9 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

9 March 2026

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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 two stages with Stage 1 including assessment of the BSC, compliance, and three of the ITT questions. The three 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 England South East

Southampton/Reading

Country

United Kingdom