NHS England South West - NHS Tier 2 Services (Oral Surgery) in Dorset

  • NHS Dorset

F14: Notice for changes or additional information

Notice identifier: 2025/S 000-044919

Procurement identifier (OCID): ocds-h6vhtk-04c097 (view related notices)

Published 31 July 2025, 4:43pm



Section one: Contracting authority/entity

one.1) Name and addresses

NHS Dorset

Dorchester

Email

Scwcsu.procurement@nhs.net

Country

United Kingdom

Region code

UKK25 - Dorset

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.england.nhs.uk/

Buyer's address

https://health-family.force.com/s/Welcome


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NHS England South West - NHS Tier 2 Services (Oral Surgery) in Dorset

Reference number

C317857/WA13790

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Dorset (the Commissioner) sought providers who had the capability and capacity to deliver NHS Tier 2 Oral Surgery services in Dorset, in line with the specified requirements.

The procurement was divided into 6 lots, 3 in the Dorset Local Authority boundary and 3 in the Bournemouth, Christchurch and Poole (BCP) Local Authority boundary. Providers were permitted to bid for one or multiple Lots.

Oral surgery deals with the diagnosis and management of pathology of the mouth and jaws that requires surgical intervention. It involves the treatment of adolescents and adults, and the management of dentally anxious and medically complex patients. Further information on the services can be found in the Oral Surgery clinical standards:

NHS England » Oral surgery clinical standard

The services will provide Level 2 Oral Surgery for patients, either residing in or currently under the care of a General Dental Practitioner (GDP), in Dorset.

All Mandatory Dental Services, including simple non-surgical extractions, are excluded from the scope but some services will include Sedation in accordance with the Guidance for Commissioning Sedation for Dental Services in Primary Care 2017.

The aims of the service (with and without Sedation) are to:

• ensure that equitable, accessible, cost effective, high quality Minor Oral Surgery (MOS) services are available to the public locally;

• increase the availability and accessibility of the primary care based MOS services to those patients who require sedation to support them to receive a minor oral surgical procedure locally;

• release pressures and waiting times for treatment at secondary care centres; and

• reduce the number of patients receiving minor oral surgical procedures under general anaesthesia.

Performers will need to be accredited to provide the services to a Level 2 standard. The accreditation will be through an accreditation panel led by the Managed Clinical Network for Oral Surgery, with the support of NHS England and the ICB. Further information on accreditation can be found in the commissioning guide:

https://www.england.nhs.uk/wp-content/uploads/2018/09/guidance-for-the-accreditation-of-performers-of-level-2-complexity-care-dec-2018.pdf

Performers portfolio of evidence to support their accreditation application was submitted as part of the bid submission.

The contract term is planned to commence on 1st October 2025 and will be for a duration of 5 years with an optional extension of 2 years.

The maximum total initial contract values (5 years) for each lot were as follows:

Lot 1 £425,000

Lot 2 £1,062,500

Lot 3 £1,912,500

Lot 4 £425,000

Lot 5 £1,062,500

Lot 6 £1,912,500

TUPE applied to this procurement.

This notice serves as an intention to award contracts for all 6 lots under the competitive process of the Provider Selection Regime (PSR).

This exercise was carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.


Section six. Complementary information

six.6) Original notice reference

Notice number: 2025/S 000-033810


Section seven. Changes

seven.1) Information to be changed or added

seven.2) Other additional information

The contract award date for these contracts is 31st July 2025. The contract period for these contracts is 5 years with an optional extension of 2 years. The contract start dates are 1st October 2025 and the contract end dates are 30th September 2030.

The maximum total initial contract values (5 years) for each lot are as follows:

Lot 1 £425,000

Lot 2 £1,062,500

Lot 3 £1,912,500

Lot 4 £425,000

Lot 5 £1,062,500

Lot 6 £1,912,500

The maximum total initial contract value (5 years) for all lots is £6,800,000

A written formal representation was raised by an unsuccessful bidder prior to the conclusion of the 8 working day standstill period. The standstill period was subsequently paused whilst the commissioner reviewed the written representation in accordance with PSR regulation 12. The commissioner formed a Representations Review Committee to consider the representation made. The Representations Review Committee consisted of individuals from the ICB including Principal Primary Care Lead, Deputy Director Partnerships, Research and Innovation and the Deputy Director Finance. At least one of these individuals was not involved in the original decision. The Representations Review Committee determined the representation did not have merit, no flaws were identified in the process followed or decision reached and recommended to continue with the contract award.

No conflicts of interest were declared.

This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under 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. This contract has now been formally awarded using the competitive process.