Section one: Contracting authority
one.1) Name and addresses
NHS Derby & Derbyshire Integrated Care Board
The Council House, First Floor, Corporation Street
Derby
DE1 2FS
Contact
Stacey Thrower
Country
United Kingdom
Region code
UKF1 - Derbyshire and Nottinghamshire
Internet address(es)
Main address
https://www.joinedupcarederbyshire.co.uk/derbyshire-integrated-care-board/
Buyer's address
https://www.joinedupcarederbyshire.co.uk/derbyshire-integrated-care-board/
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
Domiciliary Dental Service - Derbyshire [Direct Award Process C]
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 Derby & Derbyshire Integrated Care Board (ICB) are awarding a contract for the Provision of Domiciliary Dental Services in Derbyshire.
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: £307,470
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
This contract is to deliver domiciliary dental services for housebound patients and vulnerable populations, including those in care homes or with limited mobility in Derbyshire.
NHS Derby and Derbyshire ICB intends to award a contract to the existing provider, Staveley Dental Care via Direct Award Process C as described in Regulation 9 of the Health Care Services (Provider Selection Regime) Regulations 2023.
The provider is the existing provider of the services. They have satisfactory performance and there are no alternative providers within the local area. Through this award the Commissioner is mitigating a service gap for a vulnerable cohort of patients.
The contract start date is 1st December 2024 for a period of 1 year 4 months until 31st March 2026.
The approximate total lifetime value of the contract is estimated to be £307,470
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: 0
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: 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 Procurement Act 2023 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by midnight 19 March 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: No
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
22 November 2024
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
Staveley Dental Care
9a Church Street Staveley Chesterfield S43 3TL
Staveley
S43 3TL
Telephone
+42 46471047
Country
United Kingdom
NUTS code
- UKF12 - East Derbyshire
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: £307,470
Total value of the contract/lot: £307,470
Section six. Complementary information
six.3) Additional information
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 Procurement Act Regulations 2023 do not apply to this award. The standstill period begins on the day after the publication of this notice.
Representations by providers must be made to decision makers by midnight 19 March 2026 to the following email address: nnicb-nn.eastprimarycareprogrammeteam@nhs.net
This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
The decision makers for this process were Dental Assurance and Improvement Group.
There were no conflicts of interests declared in reaching the decision to award.
The incumbent provider was considered against basic selection criteria and the 5 key criteria. These criteria are considered of equal importance to this service. The incumbent is currently meeting all contractual and legislative requirements for Domiciliary Services for the cohort population.
Key criteria were considered as below:
Key criteria 1. Quality and innovation: strong and consistent track record in delivering high-quality domiciliary care, as evidenced by:- Stable and experienced workforce, positive patient feedback, robust clinical governance, timely response to referrals and management of domiciliary care in a non-clinical setting.
Key criteria 2. Value: The provider delivers the service within the existing contract value, using an established workforce and infrastructure. Their flexible model responds to system needs without additional costs, while collaborative working enhances efficient and reduces duplication.
Key criteria 3. Integration, collaboration and service sustainability: The provider has consistently delivered a stable, high-performing domiciliary dental service with no gaps in provision and strong KPI compliance. Collaborative working supports joined-up care for complex patients, and the service aligns with national and local priorities, including reducing health inequalities. No concerns identified; the provider offers continuity, integration, and added system value.
Key criteria 4. Improving access, reducing health inequalities and facilitating choice: The provider is currently delivering a high-quality, equitable, and accessible service in line with NHS principles. Performance against this criterion is rated as strong with no identified risks.
Key criteria 5. Social value: demonstrates strong social value by employing a local workforce, supporting vulnerable patients to remain independent, and minimising environmental impact through efficient travel and digital systems. The provider contributes positively to the economic, social, and environmental well-being of the local area.
The assessment against each criterion was undertaken based on the current service delivery
model and performance. The supplier meets all the requirements specified to the
satisfaction of the Commissioner, and it is expected that they will satisfy the requirements of
the new contract going forwards.
six.4) Procedures for review
six.4.1) Review body
NHS England Independent Patient Choice and Procurement Panel
London
London
SE1 8UG
Country
United Kingdom