Section one: Contracting authority
one.1) Name and addresses
NHS Hampshire and Isle of Wight Integrated Care Board (ICB) on behalf of NHS England
Omega House, 112 Southampton Road
Eastleigh
SO50 5PB
Country
United Kingdom
Region code
UKJ35 - South Hampshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.hantsiow.icb.nhs.uk/icb
Buyer's address
https://health-family.force.com/s/Welcome
one.1) Name and addresses
NHS Sussex Integrated Care Board (ICB) on behalf of NHS England
Sackville House, Brooks Close
Lewes
BN7 2FZ
Country
United Kingdom
Region code
UKJ22 - East Sussex CC
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.sussex.ics.nhs.uk/nhs-sussex/
Buyer's address
https://health-family.force.com/s/Welcome
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
Mandatory Dental Services (MDS) on the Isle of Wight, Bognor and Littlehampton - MDS 6B1
Reference number
C378679 / WA18225
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 Hampshire and Isle of Wight (HIOW) Integrated Care Board (ICB) and NHS Sussex ICB sought providers who have the capability and capacity to deliver to commission Mandatory Dental Services (MDS) on the Isle of Wight, in Bognor and Littlehampton.
The procurement was divided into Lots and providers could bid for one or more Lots from the following:
Lot 6B1-1: Isle of Wight
Lot 6B1-2: Bognor
Lot 6B1-3: Littlehampton
A maximum of one contract was awardable in each Lot, except in the case of Lot 6B1-1, where a maximum of 2 contracts were awardable.
The aims for MDS provision are to:
• contribute to improving oral and general health;
• reduce inequalities in health and access to dental care by providing extra support to groups of vulnerable adults and children. This includes, but is not limited to, children under 5 years old, residents of care homes, other vulnerable groups and patients weighing up to 227kg (35 stones and 10.45 lbs);
• provide access to NHS dental services to ensure equity and consistency of provision;
• provide bookable appointments outside of core hours;
• deliver appropriate, efficient and cost-effective services within the service;
• provision framework of the NHS (General Dental Services/Personal Dental Services) Regulations 2005 and any subsequent revisions;
• provide high quality dental services;
• provide access within contracted hours to un-associated patients identified as having an urgent dental need via NHS 111, NHS Dental Helpline, out of hours services and self-referral;
• refer patients to other NHS services as appropriate in line with the relevant local protocols and guidance;
• establish a positive working relationship between the Commissioner and Provider to facilitate and maximise high quality service delivery;
• prioritise Looked after Children (LAC);
• develop services in line with the evolving strategic approach to primary care dental provision and align with the priorities of the NHS Long Term Plan - www.longtermplan.nhs.uk;
• promote overall health in line with Making Every Contact Count;
• keep availability of appointments up to date on nhs.uk ;
• comply with recall intervals, in line with NICE Guidelines (CG19).
The contracts will be for a term of up to 110 months. Services were due to commence from between 28th January 2026 and 29th July 2026, depending upon the mobilisation period required by Bidders to commence service following award. The date will be subject to agreement with the commissioner, further to changes to the indicative tender timetable published.
The maximum total contract values were as follows:
MDS 6B1-1: £7,075,104
MDS 6B1-1a: £7,075,104
MDS 6B1-2: £6,743,789
MDS 6B1-3: £6,743,789
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 contracts 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: £27,637,786
two.2) Description
two.2.1) Title
Isle of Wight
Lot No
Lot 6B1-1
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKJ34 - Isle of Wight
two.2.4) Description of the procurement
Lot MDS 6B1-1 covers Isle of Wight.
The maximum total contract value is £7,075,104.
The contract will be for the delivery of 21,000 Units of Dental Activity (UDAs) per annum.
Services were due to commence from between 28th January 2026 and 29th July 2026, depending upon the mobilisation period required by Bidders to commence service following award. The date will be subject to agreement with the commissioner, further to changes to the indicative tender timetable published.
This notice serves as an intention to award contracts 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 / Weighting: 90
Cost criterion - Name: Finance / Weighting: 10
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Isle of Wight
Lot No
6B1-1
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKJ34 - Isle of Wight
two.2.4) Description of the procurement
Lot MDS 6B1-1 covers Isle of Wight.
The maximum total contract value is £7,075,104.
The contract will be for the delivery of 21,000 Units of Dental Activity (UDAs) per annum.
Services were due to commence from between 28th January 2026 and 29th July 2026, depending upon the mobilisation period required by Bidders to commence service following award. The date will be subject to agreement with the commissioner, further to changes to the indicative tender timetable published.
This notice serves as an intention to award contracts 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 / Weighting: 90
Cost criterion - Name: Finance / Weighting: 10
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Bognor
Lot No
Lot 6B1-2
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKJ28 - West Sussex (North East)
two.2.4) Description of the procurement
Lot MDS 6B1-2 covers Bognor.
The maximum total contract value is £6,743,789.
The contract will be for the delivery of 21,000 Units of Dental Activity (UDAs) per annum.
Services were due to commence from between 28th January 2026 and 29th July 2026, depending upon the mobilisation period required by Bidders to commence service following award. The date will be subject to agreement with the commissioner, further to changes to the indicative tender timetable published.
This notice serves as an intention to award contracts 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 / Weighting: 90
Cost criterion - Name: Finance / Weighting: 10
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Littlehampton
Lot No
Lot 6B1-3
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKJ28 - West Sussex (North East)
two.2.4) Description of the procurement
Lot MDS 6B1-3 covers Littlehampton.
The maximum total contract value is £6,743,789.
The contract will be for the delivery of 21,000 Units of Dental Activity (UDAs) per annum.
Services were due to commence from between 28th January 2026 and 29th July 2026, depending upon the mobilisation period required by Bidders to commence service following award. The date will be subject to agreement with the commissioner, further to changes to the indicative tender timetable published.
This notice serves as an intention to award contracts 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 / Weighting: 90
Cost criterion - Name: Finance / Weighting: 10
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: 2025/S 000-047388
Section five. Award of contract
Lot No
Lot 6B1-1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 December 2025
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
Dentalwell Ltd
65a High Street
Stevenage
SG1 3AQ
Country
United Kingdom
NUTS code
- UKH23 - Hertfordshire
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)
Initial estimated total value of the contract/lot: £7,075,104
Total value of the contract/lot: £6,813,063
Section five. Award of contract
Lot No
Lot 6B1-1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 December 2025
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
1OSD LTD
1 Kings Avenue
London
N21 3NA
Country
United Kingdom
NUTS code
- UKI - London
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)
Initial estimated total value of the contract/lot: £7,075,104
Total value of the contract/lot: £6,690,495
Section five. Award of contract
Lot No
Lot 6B1-2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 November 2025
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
1OSD LTD
1 Kings Avenue
London
N21 3NA
Country
United Kingdom
NUTS code
- UKI - London
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)
Initial estimated total value of the contract/lot: £6,743,789
Total value of the contract/lot: £6,377,191
Section five. Award of contract
Lot No
Lot 6B1-3
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 November 2025
five.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
1OSD LTD
1 Kings Avenue
London
N21 3NA
Country
United Kingdom
NUTS code
- UKI - London
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)
Initial estimated total value of the contract/lot: £6,743,789
Total value of the contract/lot: £6,377,191
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, 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 - 35%
Value - 10%
Integration, Collaboration and Service Sustainability - 17%
Improving access, reducing health inequalities, and facilitating choice - 28%
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. Recommendations for award of contract made by NHS Hampshire and Isle of Wight Integrated Care Board Pharmacy, Optometry and Dentistry (POD) were approved by the NHS Hampshire and Isle of Wight ICB Procurement Group and NHS Hampshire and Isle of Wight ICB Exec Committee. Recommendations for award of contract made by NHS Sussex Integrated Care Board were approved by the NHS Sussex ICB Primary Care Commissioning and Transformation (PCCAT) Commissioning Group.
After conducting a thorough Competitive Process, taking into account the key criteria and applying the basic selection criteria, NHS Hampshire and Isle of Wight ICB and NHS Sussex ICB are content that the providers' bids sufficiently met the key criteria and thus can proceed to contract award under the Health Care Services (Provider Selection Regime) Regulations 2023.
Three declarations of potential conflict of interest were made via the conflict of interest process and recorded accordingly. The non-conflicted members of the procurement have assessed the nature and risk of each declared conflict, and decided which steps to take to avoid or mitigate them. These conflicts were deemed as not being likely to arise and managed accordingly, with appropriate mitigating action planned if required.
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 9th March 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