Section one: Contracting authority
one.1) Name and addresses
NHS Norfolk & Waveney Integrated Care Board
County Hall, Martineau Ln
Norwich
NR1 2DH
Contact
Neelam Saroe
Country
United Kingdom
Region code
UKH15 - Norwich and East Norfolk
Internet address(es)
Main address
https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/
Buyer's address
https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/
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
Dental Out of Hours Service across Kings Lynn
Reference number
AG25517
two.1.2) Main CPV code
- 85131000 - Dental-practice services
two.1.3) Type of contract
Services
two.1.4) Short description
***This is an Intention to Award Notice***
NHS Norfolk and Waveney Integrated Care Board (referred to as the Commissioner) intend to award a contract to Smile Care 24 Limited for the Provision of Dental Out of Hours Service across Kings Lynn, following a robust Competitive Process.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £336,545
two.2) Description
two.2.2) Additional CPV code(s)
- 85131000 - Dental-practice services
two.2.3) Place of performance
NUTS codes
- UKH15 - Norwich and East Norfolk
Main site or place of performance
Kings Lynn
two.2.4) Description of the procurement
This is an intention to award notice under the competitive process.
The services are to provide Dental Out of Hours Services at weekends and Bank Holidays throughout the entirety of the year. Providers are to note, the Commissioner will not be providing any premises for the delivery of the services. Therefore, it is the Providers responsibility to source a premises solution for the Service Commencement date of 1st December 2025.
NHS Norfolk and Waveney Integrated Care Board (referred to as the Commissioner) intend to award a contract to Smile Care 24 Limited for the provision of Dental Out of Hours Services across Kings Lynn following a robust Competitive Process.
Services are expected to commence on 1st December 2025 – 30th November 2030 for a duration of 4 years with the option to extend for up to a further 12 months .
The lifetime value of the contract is £336,545.
This is an existing service and has been awarded to a new provider.
two.2.5) Award criteria
Quality criterion - Name: Quality and Innovation / Weighting: 50.00%
Quality criterion - Name: Integration, Collaboration & Service Sustainability / Weighting: 28.00%
Quality criterion - Name: Improving access, reducing health inequalities and facilitating Choice / Weighting: 19.00%
Quality criterion - Name: Social Value / Weighting: 3.00%
Price - Weighting: Pass/Fail 0.00%
two.2.11) Information about options
Options: Yes
Description of options
Services are expected to commence on 1st December 2025 – 30th November 2030 for a duration of 4 years with the option to extend for up to a further 12 months .
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: 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 000-044008
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
25 September 2025
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Smile Care 24 Limited
Walnut Tree House Court Lane
Slough, Buckinghamshire
SL1 8DN
Country
United Kingdom
NUTS code
- UKJ13 - Buckinghamshire CC
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: £336,545
Total value of the contract/lot: £336,545
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 to the relevant authority by 12 (midnight) on Thursday 9th October 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 need to be sent via the Atamis e-tendering portal, Project Reference: C377280 - Dental Out of Hours Services for Kings Lynn.
The award decision makers are Primary Care Commissioning Committee, NHS Norfolk and Waveney ICB and;
The Project Group:
The evaluation panel who consisted of NHS Norfolk and Waveney Integrated Care Board personnel: -
Senior Primary Care Commissioning Manager
Senior Primary Care Service Delivery Manager
Finance Manager
Head of Finance Primary Care & Corporate
Primary Care Commissioning Support Officer
Primary Care Commissioning Officer
Head of Quality East / West
Senior Lead Nurse
No conflicts of interest were identified as part of this process.
The Basic Selection Criteria was scored on a Pass/Fail or For Information basis. The Key Criteria were a combination of Pass/Fail or weighted questions as follows:
1. Quality and Innovation - 50.00%
1. Value - Pass/Fail 0.00%
2. Integration, Collaboration & Service Sustainability -28.00%
3. Improving access, reducing health inequalities and facilitating Choice - 19.00%
4. Social Value - 3.00%
The weightings for the 5 key criteria were determined by the procurement panel to give appropriate relative importance to each of the sections equally in line with the commissioning expectations for the service. These were assessed on a scored basis (0-5), with the exception of the Value Key Criteria which was scored on a Pass/Fail basis, as per the evaluation criteria set out within the procurement documentation.
The awarded Provider has been selected as they have met all requirements of the Basic Selection Criteria and scored the highest overall out of 100 against the published Key Criteria (listed above).
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