Contract

Provision of Intermediate Minor Oral Surgery Dental Services in Coventry and Warwickshire

  • NHS Coventry and Warwickshire Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-052440

Procurement identifier (OCID): ocds-h6vhtk-041c0d (view related notices)

Published 29 August 2025, 12:56pm



Section one: Contracting authority

one.1) Name and addresses

NHS Coventry and Warwickshire Integrated Care Board

Westgate House Market Street

Warwick

CV34 4DE

Contact

Stacey Thrower

Email

stacey.thrower@nhs.net

Country

United Kingdom

Region code

UKG33 - Coventry

Internet address(es)

Main address

https://www.happyhealthylives.uk/

Buyer's address

https://www.happyhealthylives.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

Provision of Intermediate Minor Oral Surgery Dental Services in Coventry and Warwickshire

Reference number

AG23008

two.1.2) Main CPV code

  • 85130000 - Dental practice and related services

two.1.3) Type of contract

Services

two.1.4) Short description

******THIS IS AN INTENTION TO AWARD NOTIFICATION******

NHS Coventry and Warwickshire Integrated Care Board (ICB)(The Contracting Authority) intends to award a Personal Dental Services (PDS) contract for the provision of Intermediate Minor Oral Surgery (IMOS) Dental Services, following a robust Competitive Process under The Health Care Services (Provider Selection Regime) Regulations 2023 to each the following Providers:

Yorkshire IMOS Ltd for Lot 1 - Coventry
Deol Dental Group for Lot 2 - Nuneaton or Bedworth
Dental Spa Solutions for Lot 4 - Warwick or Leamington Spa with a spoke site in Stratford-Upon-Avon

Please note Lot 3 - Rugby has not been awarded as part of this process.

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: £12,055,544

two.2) Description

two.2.1) Title

Lot 1 - Coventry

Lot No

1

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKG33 - Coventry
Main site or place of performance

Coventry

two.2.4) Description of the procurement

NHS Coventry & Warwickshire Integrated Care Board (ICB)(The Contracting Authority) intend to award a contract to Yorkshire IMOS Ltd for the Provision of Intermediate Minor Oral Surgery Dental Services in Coventry and Warwickshire following a robust Competitive Process.

The contract will be for a duration of 7 years with with an option to extend for a period or periods of up to 3 years at the discretion of the commissioner from 1st April 2026 - 31st March 2036 (total contract lifetime of 10 years).

The approximate lifetime value of the contract (including extensions) is £6,026,906.

This is an existing service and has been awarded to a new provider.

The Key Criteria were weighted as follows;

• Quality & Innovation – 49.00%
• Value – 9.00%
• Integration, Collaboration and Service Sustainability – 18.00%
• Improving Access, Reducing Health Inequalities and Facilitating Choice – 14.00%
• Social Value – 10.00%

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 49.00%

Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 18.00%

Quality criterion - Name: Improving Access, Reducing Health Inequalities and Facilitating Choice / Weighting: 14.00%

Quality criterion - Name: Social Value / Weighting: 10.00%

Price - Weighting: 9.00%

two.2.11) Information about options

Options: Yes

Description of options

The contract is expected to start on 1st April 2026 and run until 31st March 2033 (7 year duration and total value of £4,218,834) with an option for the commissioner to extend for a period or periods of up to 3 years until 31st March 2036. (10 year total contract lifetime with a lifetime value of £6,026,906)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) 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 in writing to the Contracting Authority via the Atamis e-tendering portal by 2400hrs (Midnight) on Thursday 11th September 2025 to:

'Coventry and Warwickshire ICB re: Project Reference: C286822 - COMPETITIVE: IMOS in Coventry and Warwickshire (4 lots)'

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.

two.2) Description

two.2.1) Title

Lot 2 - Nuneaton or Bedworth

Lot No

2

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
Main site or place of performance

Nuneaton or Bedworth

two.2.4) Description of the procurement

NHS Coventry & Warwickshire Integrated Care Board (ICB)(The Contracting Authority) intend to award a contract to Deol Dental Group for the Provision of Intermediate Minor Oral Surgery Dental Services in Coventry and Warwickshire following a robust Competitive Process.

The contract will be for a duration of 7 years with with an option to extend for a period or periods of up to 3 years at the discretion of the commissioner from 1st April 2026 - 31st March 2036 (total contract lifetime of 10 years).

The approximate lifetime value of the contract (including extensions) is £3,014,319

This is an existing service and has been awarded to a new provider.

The Key Criteria were weighted as follows;

• Quality & Innovation – 49.00%
• Value – 9.00%
• Integration, Collaboration and Service Sustainability – 18.00%
• Improving Access, Reducing Health Inequalities and Facilitating Choice – 14.00%
• Social Value – 10.00%

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 49.00%

Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 18.00%

Quality criterion - Name: Improving Access, Reducing Health Inequalities and Facilitating Choice / Weighting: 14.00%

Quality criterion - Name: Social Value / Weighting: 10.00%

Price - Weighting: 9.00%

two.2.11) Information about options

Options: Yes

Description of options

The contract is expected to start on 1st April 2026 and run until 31st March 2033 (7 year duration and total value of £2,110,023) with an option for the commissioner to extend for a period or periods of up to 3 years until 31st March 2036. (10 year total contract lifetime with a lifetime value of £3,014,319)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) 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 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 in writing to the Contracting Authority via the Atamis e-tendering portal by 2400hrs (Midnight) on Thursday 11th September 2025 to:

'Coventry and Warwickshire ICB re: Project Reference: C286822 - COMPETITIVE: IMOS in Coventry and Warwickshire (4 lots)'

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.

two.2) Description

two.2.1) Title

Lot 3 - Rugby

Lot No

3

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
Main site or place of performance

Rugby

two.2.4) Description of the procurement

*This Lot has not been awarded*

Previously advertised details:

Lot 3 - Rugby

The estimated annual agreement value will be the price per Unit of Dental Activity
(UDA) multiplied by the number of UDAs being commissioned as stated in Document 1 (This can be found in the document section within the project on Atamis).

The following non-negotiable UDA rates have been set for this service.

• Assessment only and referral back to the GDP or onward to Acute setting (1 UDA per referral @ £51.91)
• Extraction with Local Anaesthetic, inclusive of assessment (3 UDAs at a price of £155.73 for each course of treatment of Minor Oral Surgery from first appointment to discharge)
• Extraction with Conscious Sedation (£173.08 per patient plus 3 UDAs for the Extraction).

The Preferred Provider for each lot is to deliver the UDAs as detailed in table 1.7.1 within Document 1 (4200 Units of Dental Activity) from December 2025 and every year thereafter for the remaining contract term.

For avoidance of doubt the price per 1 UDA is £51.91, 3 UDAs is £155.73 and Extraction with Conscious Sedation is £173.08 plus 3 UDAs for the extraction. These prices are fixed for the duration of the contract, unless adjusted by Doctors’ and Dentists’ Review Body (DDRB) uplift in subsequent years. All quoted prices will be increased in line with the annual DDRB uplift, up to and beyond the service commencement date.

The Commissioner is not providing premises nor proposing specific premises where the services are to be delivered from; however, all proposed premises must be located within 1 of the 4 postcode areas listed below;

• CV21 2
• CV21 3
• CV22 6
• CV22 7

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 49.00%

Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 18.00%

Quality criterion - Name: Improving Access, Reducing Health Inequalities and Facilitating Choice / Weighting: 14.00%

Quality criterion - Name: Social Value / Weighting: 10.00%

Price - Weighting: 9.00%

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

two.2.14) Additional information

The Key Criteria were weighted as follows;

• Quality & Innovation – 49.00%
• Value – 9.00%
• Integration, Collaboration and Service Sustainability – 18.00%
• Improving Access, Reducing Health Inequalities and Facilitating Choice – 14.00%
• Social Value – 10.00%

two.2) Description

two.2.1) Title

Lot 4 - Warwick or Leamington Spa with a spoke site in Stratford- upon -Avon

Lot No

4

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
Main site or place of performance

Warwick or Leamington Spa with a spoke site in Stratford- upon -Avon

two.2.4) Description of the procurement

NHS Coventry & Warwickshire Integrated Care Board (ICB)(The Contracting Authority) intend to award a contract to Dental Spa Solutions Ltd for the Provision of Intermediate Minor Oral Surgery Dental Services in Coventry and Warwickshire following a robust Competitive Process.

The contract will be for a duration of 7 years with with an option to extend for a period or periods of up to 3 years at the discretion of the commissioner from 1st April 2026 - 31st March 2036 (total contract lifetime of 10 years).

The approximate lifetime value of the contract (including extensions) is £3,014,319.

This is an existing service and has been awarded to an existing provider.

The Key Criteria were weighted as follows;

• Quality & Innovation – 49.00%
• Value – 9.00%
• Integration, Collaboration and Service Sustainability – 18.00%
• Improving Access, Reducing Health Inequalities and Facilitating Choice – 14.00%
• Social Value – 10.00%

two.2.5) Award criteria

Quality criterion - Name: Quality & Innovation / Weighting: 49.00%

Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 18.00%

Quality criterion - Name: Improving Access, Reducing Health Inequalities and Facilitating Choice / Weighting: 14.00%

Quality criterion - Name: Social Value / Weighting: 10.00%

Price - Weighting: 9.00%

two.2.11) Information about options

Options: Yes

Description of options

The contract is expected to start on 1st April 2026 and run until 31st March 2033 (7 year duration and total value of £2,110,023) with an option for the commissioner to extend for a period or periods of up to 3 years until 31st March 2036. (10 year total contract lifetime with a lifetime value of £3,014,319)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) 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 in writing to the Contracting Authority via the Atamis e-tendering portal by 2400hrs (Midnight) on Thursday 11th September 2025 to:

'Coventry and Warwickshire ICB re: Project Reference: C286822 - COMPETITIVE: IMOS in Coventry and Warwickshire (4 lots)'

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.


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 000-038082


Section five. Award of contract

Lot No

1

Title

Provision of Intermediate Minor Oral Surgery Dental Services in Coventry and Warwickshire (Lot 1 - Coventry)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 May 2025

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 6

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 8

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

five.2.3) Name and address of the contractor

Yorkshire IMOS Ltd

Dodd & Co, Clint Mill, Cornmarket

Penrith

CA11 7HW

Country

United Kingdom

NUTS code
  • UKD1 - Cumbria
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: £6,026,906

Total value of the contract/lot: £6,026,906


Section five. Award of contract

Lot No

2

Title

Provision of Intermediate Minor Oral Surgery Dental Services in Coventry and Warwickshire (Lot 2 - Nuneaton or Bedworth)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 May 2025

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

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

five.2.3) Name and address of the contractor

Deol Dental Group

158 Kenilworth Road

Coventry

CV4 7AP

Country

United Kingdom

NUTS code
  • UKG33 - Coventry
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: £3,014,319

Total value of the contract/lot: £3,014,319


Section five. Award of contract

Lot No

4

Title

Provision of Intermediate Minor Oral Surgery Dental Services in Coventry and Warwickshire (Lot 4 - Warwick or Leamington Spa with a spoke site in Stratford- upon -Avon)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 May 2025

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

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

five.2.3) Name and address of the contractor

Dental Spa Solutions Ltd

28-30 Hamilton Terrace

Leamington Spa

CV32 4LY

Country

United Kingdom

NUTS code
  • UKG13 - Warwickshire
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: £3,014,319

Total value of the contract/lot: £3,014,319


Section five. Award of contract

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 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 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 in writing to the Contracting Authority via the Atamis e-tendering portal by 2400hrs (Midnight) on Thursday 11th September 2025 to:

'Coventry and Warwickshire ICB re: Project Reference: C286822 - COMPETITIVE: IMOS in Coventry and Warwickshire (4 lots)'

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.

The award decision makers are as below;

Governance Boards:
West Midlands Dental Assurance & Information Group
West Midlands Joint Commissioning Group
West Midlands Joint Committee

Project Group:
Senior Programme Manager – Business Case Support - OWM
Contract Manager – Project Support – OWM -
Senior Commissioning Manager – Temporary Lead & Moderation - OWM
Senior Commissioning Manager – Evaluator & Moderation - OWM
Dental Contract Manager – Evaluator, Project Support & Moderation - OWM
Commissioning Manager: Secondary Care, Immediate Minor Oral Surgery and Community Dental Service - Project Team, Evaluator, Mobilisation - OWM
Finance Officer - Finance Lead, Evaluator - OWM
Senior Procurement Manager - Procurement Lead - AGEM
Procurement Officer – Project Support - AGEM

Evaluators:
Dental Contract Manager - OWM
Contract Manager - OWM
Dental Contracts Officer - OWM
Dental Contracts Officer - OWM
Commissioning Manager – Secondary Care, Immediate Minor Oral Surgery and Community Dental Service - OWM
Finance Officer - OWM
Primary Care Finance Manager - OWM
Finance Support Officer - OWM
Dental Advisor - NHSE
Dental Advisor - OWM
Dental Advisor - - OWM
Consultant in DPH - NHSE
Senior HR Business Partner - AGEM
Associate Director – Procurement Special Projects - AGEM
Senior Information Governance Manager - AGEM
Engagement and Outreach Officer – Healthwatch Warwickshire
Leadership and management fellow in oral surgery – UHB FT
Contracts Officer - OWM
Senior Commissioning Manager - OWM
Head of Human Resources – AGEM

Note : Office of the West Midlands (OWM) staff are employed by BSOL ICB on behalf of the 6 West Midlands ICBs

Two Conflicts of interest were identified throughout, and these were dealt with following assessment by the Commissioner.

One conflict resulted in an evaluator being replaced on the project, and the other was not deemed a valid conflict. The evaluator replaced was a patient of a provider that bid under stage 1.

The other conflict was not deemed a valid conflict and the evaluator was allowed to continue.

This evaluator had previously been employed by two of the stage 1 bidders, and the mitigations put in place were that there was no current relationship with the previous employers other than professional contract management, that there would be multiple evaluators, and all evaluated bids would progress through robust independent moderation.

The Key Criteria were weighted as follows;

• Quality & Innovation – 49.00%
• Value – 9.00%
• Integration, Collaboration and Service Sustainability – 18.00%
• Improving Access, Reducing Health Inequalities and Facilitating Choice – 14.00%
• Social Value – 10.00%

The weighting of the key criteria have been deemed by the commissioner to be the most suitable for this service with Quality & Innovation being weighted the highest at 49%. This is a high level clinical service and the quality of such service is consequently a higher priority to the Commissioner in terms of patient care and outcomes.

In their respective lots the preferred providers scored a pass on all of the pass / fail questions within the Basic Selection Criteria and for the Key Criteria Section 2: Value and Section 3: Integration, Collaboration & Service Sustainability questions. The preferred providers also scored the highest overall for the Key Criteria Questions (Sections 1, 2, 3, 4, and 5) against the published scoring criteria (set out at paragraph 27.3.2 of the Competitive Process – Overview and Instructions).

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/