Section one: Contracting authority
one.1) Name and addresses
NHS Hampshire and Isle of Wight ICB on behalf of NHS England
Eastleigh
SO50 5PB
Contact
Hannah Morley
Country
United Kingdom
Region code
UKJ3 - Hampshire and Isle of Wight
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) in Portsmouth and Havant
Reference number
C331359/WA17583
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) in Portsmouth and Havant.
The procurement was divided into Lots:
MDS 5C3-1: Havant - Waterlooville (21,000 UDAs)
MDS 5C3-2: Havant (30,000 UDAs)
MDS 5C3-3: North Portsmouth (27,000 UDAs)
MDS 5C3-4: South Portsmouth (27,000 UDAs)
MDS 5C3-5: Portsmouth (27,000 UDAs)
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;
• 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 circa 117 months. Services were due to commence from between 21st July 2025 and 19th January 2026.
The maximum total budget available for each Lot was as follows:
MDS 5C3-1 - £6,812,914
MDS 5C3-2 - £9,732,735
MDS 5C3-3 - £9,188,795
MDS 5C3-4 - £9,188,795
MDS 5C3-5 - £9,188,795
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 for Lots 2 to 5 under the competitive process of the Provider Selection Regime (PSR).
No bids were received for Lot 1 (MDS 5C3-1: Havant - Waterlooville) and a contract has not been awarded for this area.
This procurement has been 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: £44,112,034
two.2) Description
two.2.1) Title
Havant - Waterlooville (21,000 UDAs)
Lot No
MDS 5C3-1
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKJ35 - South Hampshire
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) in Portsmouth and Havant.
Lot MDS 5C3-1 covered Havant - Waterlooville.
The maximum total budget available was £6,812,914.
The contract was for the delivery of 21,000 Units of Dental Activity (UDAs) per annum for a term of up to circa 117 months.
No bids were received for this Lot and a contract has not been awarded.
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
Havant (30,000 UDAs)
Lot No
MDS 5C3-2
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKJ35 - South Hampshire
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) in Portsmouth and Havant.
Lot MDS 5C3-2 covers Havant.
The total contract value is £9,449,471.
The contract will be for the delivery of 30,000 Units of Dental Activity (UDAs) per annum for a term of up to 113 months.
Services were due to commence from between 21st July 2025 and 19th January 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: 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
North Portsmouth (27,000 UDAs)
Lot No
MDS 5C3-3
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
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) in Portsmouth and Havant.
Lot MDS 5C3-3 covers North Portsmouth.
The total contract value is £9,079,745.
The contract will be for the delivery of 27,000 Units of Dental Activity (UDAs) per annum for a term of up to 115 months.
Services were due to commence from between 21st July 2025 and 19th January 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: 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
South Portsmouth (27,000 UDAs)
Lot No
MDS 5C3-4
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
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) in Portsmouth and Havant.
Lot MDS 5C3-4 covers South Portsmouth.
The total contract value is £8,716,244.
The contract will be for the delivery of 27,000 Units of Dental Activity (UDAs) per annum for a term of up to 111 months.
Services were due to commence from between 21st July 2025 and 19th January 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: 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
Portsmouth (27,000 UDAs)
Lot No
MDS 5C3-5
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
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) in Portsmouth and Havant.
Lot MDS 5C3-5 covers Portsmouth.
The total contract value is £8,752,594.
The contract will be for the delivery of 27,000 Units of Dental Activity (UDAs) per annum for a term of up to 111 months.
Services were due to commence from between 21st July 2025 and 19th January 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: 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: 2025/S 000-004215
Section five. Award of contract
Lot No
MDS 5C3-1
Title
Havant - Waterlooville
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
MDS 5C3-2
Title
Havant
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 July 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
Harunani & Co Group of Dental Surgeries T/A Dentistry For You
Kent
DA14 6AX
Country
United Kingdom
NUTS code
- UKJ4 - Kent
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: £9,732,735
Total value of the contract/lot: £9,449,471
Section five. Award of contract
Lot No
MDS 5C3-3
Title
North Portsmouth
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 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
Damira Dental Studios Limited
Middlesex
HA5 3YQ
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)
Initial estimated total value of the contract/lot: £9,188,795
Total value of the contract/lot: £9,079,745
Section five. Award of contract
Lot No
MDS 5C3-4
Title
South Portsmouth
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 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
Damira Dental Studios Limited
Middlesex
HA5 3YQ
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)
Initial estimated total value of the contract/lot: £9,188,795
Total value of the contract/lot: £8,716,244
Section five. Award of contract
Lot No
MDS 5C3-5
Title
Portsmouth
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 July 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 Limited
London
N21 3NA
Country
United Kingdom
NUTS code
- UKI - London
Companies House
13451803
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: £9,188,795
Total value of the contract/lot: £8,752,594
Section six. Complementary information
six.3) Additional information
The decision to award these contracts 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 using a 0-4 scale, pass/fail, pass with clarification and a financial risk scoring methodology, 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 3rd July 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.
Five 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. Four declarations were deemed as not being actual conflicts of interest but were still managed accordingly with appropriate mitigations. The fifth 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 Tuesday 12th August 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 for this award should be sent to scwcsu.procurement@nhs.net
six.4) Procedures for review
six.4.1) Review body
NHS HIOW ICB
Eastleigh
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
NHS England
London
Country
United Kingdom