Contract

Mandatory Dental Services (MDS) on the Isle of Wight - MDS5C1

  • NHS Hampshire and Isle of Wight ICB on behalf of NHS England

F03: Contract award notice

Notice identifier: 2025/S 000-018223

Procurement identifier (OCID): ocds-h6vhtk-04af6a (view related notices)

Published 30 April 2025, 11:34pm



Section one: Contracting authority

one.1) Name and addresses

NHS Hampshire and Isle of Wight ICB on behalf of NHS England

Eastleigh

SO505PB

Email

scwcsu.procurement@nhs.net

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.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 - MDS5C1

Reference number

C318346 / WA9313

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) sought providers who have the capability and capacity to deliver Mandatory Dental Services (MDS) on the Isle of Wight.

The procurement was divided into Lots and providers could bid for a maximum of two Lots from the following:

MDS 5C1-1: Isle of Wight (21k)

MDS 5C1-1a: Isle of Wight (21k)

MDS 5C1-2: Isle of Wight (14k)

MDS 5C1-3: West Wight

Interested parties could bid for a maximum of two Lots.

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;

• prioritize 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 120 months. Services were due to commence from between 1st April 2025 and 30th September 2025.

The maximum total contract values were as follows:

MDS 5C1-1: £7,371,000

MDS 5C1-1a: £7,371,000

MDS 5C1-2: £4,914,000

MDS 5C1-3: £4,212,000

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: £23,868,000

two.2) Description

two.2.1) Title

Isle of Wight (21k)

Lot No

MDS 5C1-1

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

NHS Hampshire and Isle of Wight (HIOW) Integrated Care Board (ICB) sought providers who have the capability and capacity to deliver Mandatory Dental Services (MDS) on the Isle of Wight.

Lot MDS 5C1-1 covers the Isle of Wight.

The maximum total contract value is £7,371,100.

The contract will be for the delivery of 21,000 Units of Dental Activity (UDAs) per annum for a term of up to 120 months.

Services were due to commence from between 1st April 2025 and 30th September 2025, 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: The contract award criteria are specified in the procurement documents / Weighting: 90

Cost criterion - Name: The contract award criteria are specified in the procurement documents / Weighting: 10

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Isle of Wight (21k)

Lot No

MDS 5C1-1a

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

NHS Hampshire and Isle of Wight (HIOW) Integrated Care Board (ICB) sought providers who have the capability and capacity to deliver Mandatory Dental Services (MDS) on the Isle of Wight.

Lot MDS 5C1-1a covers the Isle of Wight.

The maximum total contract value is £7,371,100.

The contract will be for the delivery of 21,000 Units of Dental Activity (UDAs) per annum for a term of up to 120 months.

Services were due to commence from between 1st April 2025 and 30th September 2025, 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: The contract award criteria are specified in the procurement documents / Weighting: 90

Cost criterion - Name: The contract award criteria are specified in the procurement documents / Weighting: 10

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Isle of Wight (14k)

Lot No

MDS 5C1-2

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

NHS Hampshire and Isle of Wight (HIOW) Integrated Care Board (ICB) sought providers who have the capability and capacity to deliver Mandatory Dental Services (MDS) on the Isle of Wight.

Lot MDS 5C1-2 covers the Isle of Wight.

The maximum total contract value is £4,914,000.

The contract will be for the delivery of 14,000 Units of Dental Activity (UDAs) per annum for a term of up to 120 months.

Services were due to commence from between 1st April 2025 and 30th September 2025, 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: The contract award criteria are specified in the procurement documents / Weighting: 90

Cost criterion - Name: The contract award criteria are specified in the procurement documents / Weighting: 10

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

West Wight

Lot No

MDS 5C1-3

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

NHS Hampshire and Isle of Wight (HIOW) Integrated Care Board (ICB) sought providers who have the capability and capacity to deliver Mandatory Dental Services (MDS) on the Isle of Wight.

Lot MDS 5C1-3 covers West Wight.

The maximum total contract value is £4,212,000.

The contract will be for the delivery of 12,000 Units of Dental Activity (UDAs) per annum for a term of up to 120 months.

Services were due to commence from between 1st April 2025 and 30th September 2025, 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: The contract award criteria are specified in the procurement documents / Weighting: 90

Cost criterion - Name: The contract award criteria are specified in the procurement documents / 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: 2024/S 000-037011


Section five. Award of contract

Lot No

5C1-1

Title

Isle of Wight (21k)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 March 2025

five.2.2) Information about tenders

Number of tenders received: 2

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

five.2.3) Name and address of the contractor

Harunani & Co Group of Dental Surgeries T/A Dentistry For You

Sidcup

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
Justification for not providing organisation identifier

Partnership

The contractor is an SME

Yes

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

Total value of the contract/lot: £7,175,113


Section five. Award of contract

Lot No

5C1-1a

Title

Isle of Wight (21k)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 March 2025

five.2.2) Information about tenders

Number of tenders received: 2

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

five.2.3) Name and address of the contractor

Damira Dental Studios Ltd

Pinner

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

7284014

The contractor is an SME

Yes

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

Total value of the contract/lot: £7,005,479


Section five. Award of contract

Lot No

5C1-2

Title

Isle of Wight (14k)

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section five. Award of contract

Lot No

5C1-3

Title

West Wight

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


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 (in the form of a Selection Questionnaire), 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 the Pharmacy, Optometry and Dentistry (POD) Commissioning Lead for NHS Hampshire and Isle of Wight were approved by the NHS Hampshire and Isle of Wight ICB Executive Committee on 25th March 2025.

After conducting a thorough Competitive Process, taking into account the key criteria and applying the basic selection criteria, NHS Hampshire and Isle of Wight Integrated Care Board (ICB) is 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 for this procurement 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. Two declarations were deemed as not being actual conflicts of interest and the third declarant was excluded from further involvement in the procurement (including any decision making).

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 Weds 14th May 2025. 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