Contract

Domiciliary Dental Service - Nottinghamshire including Bassetlaw [Direct Award Process C]

  • NHS Nottingham and Nottinghamshire Integrated Care Board

F03: Contract award notice

Notice identifier: 2026/S 000-020659

Procurement identifier (OCID): ocds-h6vhtk-0664c4

Published 6 March 2026, 10:27pm



Section one: Contracting authority

one.1) Name and addresses

NHS Nottingham and Nottinghamshire Integrated Care Board

Sir John Robinson House Sir John Robinson Way Arnold Nottingham

Nottingham

NG5 6DA

Contact

Stacey Thrower

Email

stacey.thrower@nhs.net

Country

United Kingdom

Region code

UKF14 - Nottingham

Internet address(es)

Main address

https://www.notts.icb.nhs.uk/

Buyer's address

https://www.notts.icb.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

Domiciliary Dental Service - Nottinghamshire including Bassetlaw [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 Nottingham and Nottinghamshire Integrated Care Board (ICB) are awarding a contract for the Provision of Domiciliary Dental Services in Nottinghamshire including Bassetlaw.

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: £429,841

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 Nottinghamshire.

NHS Nottingham and Nottinghamshire 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 £429,841.

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: £429,841

Total value of the contract/lot: £429,841


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

Internet address

https://www.england.nhs.uk/commissioning/how-commissioning-is-changing/nhs-provider-selection-regime/independent-patient-choice-and-procurement-panel/