Contract

Mandatory Dental Services (MDS) in Oxfordshire to NHS Buckinghamshire, Oxfordshire and Berkshire West (BOB) Integrated Care Board (ICB)

  • Buckinghamshire, Oxfordshire and Berkshire West (BOB) Integrated Care Board (ICB)

F03: Contract award notice

Notice identifier: 2025/S 000-038400

Procurement identifier (OCID): ocds-h6vhtk-04b190

Published 8 July 2025, 6:09pm



Section one: Contracting authority

one.1) Name and addresses

Buckinghamshire, Oxfordshire and Berkshire West (BOB) Integrated Care Board (ICB)

Cowley

Email

scwcsu.procurement@nhs.net

Country

United Kingdom

Region code

UKJ14 - Oxfordshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

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

Buyer's address

https://atamis-1928.my.site.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) in Oxfordshire to NHS Buckinghamshire, Oxfordshire and Berkshire West (BOB) Integrated Care Board (ICB)

Reference number

C314574

two.1.2) Main CPV code

  • 85130000 - Dental practice and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Buckinghamshire, Oxfordshire and Berkshire West (BOB) Integrated Care Board (ICB) sought providers who had the capability and capacity to deliver Mandatory Dental Services (MDS) in the Oxfordshire area.

The procurement was divided into 5 lots and covered the following areas:

Lot 1: Vale of the White Horse (East)

Lot 2: Vale of the White Horse (West)

Lot 3: West Oxfordshire (South)

Lot 4: West Oxfordshire (North)

Lot 5: Cherwell East

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, 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

• improve children's oral health through partnership working with local stakeholders

• provide bookable appointments outside of core hours

• deliver appropriate, efficient and cost-effective services within the service

• provide high quality dental services within framework of the NHS (General Dental Services/Personal Dental Services) Regulations 2005 and any subsequent revisions

• 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

• 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 and ICB Primary Care Strategy - https://www.bucksoxonberksw.icb.nhs.uk/our-strategies-and-plans/primary-care-strategy/

• promote overall health in line with Making Every Contact Count - https://www.gov.uk/government/publications/making-every-contact-count-mecc-practical-resources

• keep availability of appointments up to date on https://www.nhs.uk/nhs-services/dentists/how-to-find-an-nhs-dentist/

• comply with recall intervals, in line with NICE Guidelines (CG19).

The contracts will be for a term of up to 10 years. Services were due to commence from 1st April 2025 and by 30th September 2025.

The maximum total contract values were as follows:

Lot 1: £6,530,000

Lot 2: £4,571,000

Lot 3: £8,162,500

Lot 4: £4,571,000

Lot 5: £4,897,500

This notice serves as an intention to award a contract for Lot 5 (Cherwell East) under the competitive process of the Provider Selection Regime (PSR).

The Contract Award Notice was published for Lots 1, 2 and 3 on 23rd April 2025 - https://www.find-tender.service.gov.uk/Notice/016638-2025

The Contract Award Notice was published for Lot 4 on 29th May 2025 - https://www.find-tender.service.gov.uk/Notice/028313-2025

This procurement was carried out by NHS South, Central & West Commissioning Support Unit (SCW) on behalf of the Commissioners.

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: £28,732,000

two.2) Description

two.2.1) Title

Cherwell East

Lot No

5

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire

two.2.4) Description of the procurement

Buckinghamshire, Oxfordshire and Berkshire West (BOB) Integrated Care Board (ICB) were seeking providers who had the capability and capacity to deliver Mandatory Dental Services (MDS) in the Oxfordshire area.

Lot 5 covers Cherwell East.

The contract for Lot 5 will be for a term of up to 116 months, with the service commencement date to be agreed with the Commissioner due to the delay in awarding the contract, based on the original timeline.

The maximum total contract value is £4,733,803.

The contract will be for the delivery of 15,000 Units of Dental Activity (UDAs) per annum.

Please note that the contract will be flexed by 10% per annum in the period to 31st March 2027 to test the provision of an additional service relating to Children's Oral Health Improvement. In this period the activity target will be reduced by 10% per annum with this resource used to provide sessions focused on Children's Oral Health Improvement. This will subject to review prior to March 2027.

This notice serves as an intention to award a contract 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: 100

Cost criterion - Name: Value / 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 000-034739


Section five. Award of contract

Lot No

5

Title

Cherwell East

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 July 2025

five.2.2) Information about tenders

Number of tenders received: 6

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

five.2.3) Name and address of the contractor

Haddenham DC Limited

Aylesbury

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Companies House

16052648

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: £4,733,803

Total value of the contract/lot: £4,733,803


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 - 26%

Social Value - 12%

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.

After conducting a thorough Competitive Process, taking into account the key criteria and applying the basic selection criteria, Buckinghamshire, Oxfordshire and West Berkshire (BOB) 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.

There was one potential declaration of conflict of interest made via the conflict of interest process and recorded accordingly. It was not deemed as an actual conflict or risk to the procurement, but was still managed accordingly with appropriate mitigations.

Award decisions have been recommended by the Buckinghamshire, Oxfordshire and West Berkshire (BOB) Integrated Care Board (ICB) Head of Pharmacy, Optometry and Dentistry, with key decision makers being the Chief Finance Officer and Chief Executive for BOB ICB.

The ICB decided to rewind the procurement for Lot 5 in order to re-evaluate 3 specific ITT questions, following a representation from a provider.

The 3 questions were completely re-evaluated for all bidders that submitted against this Lot. This was done with a new evaluation panel and procurement lead and administrator. Bidders were not asked to re-submit or provide any additional information to support this re-evaluation.

The formal standstill letter issued on 14th April was formally withdrawn, and a new award and standstill will now be undertaken.

For the avoidance of doubt, this related solely to Lot 5. No other Lot was affected.

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 Monday 21st July 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