Section one: Contracting authority/entity
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
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.
Section six. Complementary information
six.6) Original notice reference
Notice number: 2025/S 000-044447
Section seven. Changes
seven.1) Information to be changed or added
seven.2) Other additional information
Contract award for Lots 2 - 5 took place on 13th August 2025, following conclusion of the standstill period.
No bids were received for Lot 1 (MDS 5C3-1: Havant - Waterlooville) and a contract has not been awarded for this area.
Contract commencement will vary between lots, depending upon the mobilisation period required by Bidders to commence service following award. The indicative dates between which services were intended to be provided for each Lot (as per the respective winning bid submission) were: -
Lot MDS 5C3-2 between 01 Nov 2025 - 31 March 2035
Lot MDS 5C3-3 between 01 Sept 2025 - 31 March 2035
Lot MDS 5C3-4 between 19 Jan 2026 - 31 March 2035
Lot MDS 5C3-5 between 05 Jan 2026 - 31 March 2035
The actual dates of commencement of the services will be subject to agreement with the commissioner, further to changes to the indicative tender timetable published.
The contract term for each Lot will be up to a period of:-
Lot MDS 5C3-2 113 months
Lot MDS 5C3-3 115 months
Lot MDS 5C3-4 110 months, 13 days
Lot MDS 5C3-5 110 months, 27 days
The maximum total value of the contracts for each Lot will be:-
Lot MDS 5C3-2 £9,449,471
Lot MDS 5C3-3 £9,079,745
Lot MDS 5C3-4 £8,716,244
Lot MDS 5C3-5 £8,752,594
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 and The Procurement Act 2023 do not apply to this award. This contract has now been formally awarded using the competitive process.