Section one: Contracting authority
one.1) Name and addresses
NHS Norfolk and Waveney Integrated Care Board
8th Floor, County Hall, Martineau Lane
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/
Buyer's address
https://www.improvinglivesnw.org.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
General Dental Services and Unscheduled (Urgent Treatment) for Lot 1 Holt and Wells-next-the-Sea Lot 2 – Thetford
Reference number
AG25511
two.1.2) Main CPV code
- 85131000 - Dental-practice services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Norfolk and Waveney Integrated Care Board (referred to as the Commissioner) is inviting suitably qualified and experienced providers to deliver General Dental Services and Unscheduled (Urgent Treatment) Dental Services for Lot 1 Holt and Wells – next – the – Sea and Lot 2 – Thetford.
The service will be required to offer NHS General Dental Services across the relevant treatment Bands (Bands 1, 2 and 3), in addition to offering unscheduled care (urgent treatment) appointments. The Commissioner would like to procure the Services under an NHS General Dental Services Contract.
The aim of the service is to provide General Dental Services and Unscheduled Care (Urgent Treatment) in Holt, Wells-next-the-Sea and Thetford which will enable improved access and reduction in health inequalities in these coastal areas.
Providers are to note, the Commissioner will not be providing any premises for the delivery of the services. Therefore, it is the Provider/s responsibility to source suitable premises for the delivery of these services. The premises solution needs to be provided in line with NHS England Clinical Standards in locations that promote access. Access should be considered for those arriving on foot, bicycle, wheelchair, mobility scooters, by car or by public transport, with services being accessible by all.
As part of the tender exercise, Providers will need to provide evidence of their premises solution, ensuring that they are in the specified locations (Holt, Wells-next-the-Sea and Thetford).
The Services are intended to be provided from 1st April 2026 and as these will be delivered under a NHS General Dental Services Contract, the contracts will have no end date.
Note - the Estimated Total Value in section II.1.5.1 - Estimated Total Value is based on the annual contract value of both Lot 1 and 2 combined as the General Dental Services contract has no end date and is held in perpetuity.
Please note the deadline for responses to the Competitive Process is 10:00am on Wednesday 22nd October 2025.
two.1.5) Estimated total value
Value excluding VAT: £1,206,165
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Holt and Wells – next – the – Sea
Lot No
1
two.2.2) Additional CPV code(s)
- 85131000 - Dental-practice services
two.2.3) Place of performance
NUTS codes
- UKH16 - North and West Norfolk
Main site or place of performance
Holt and Wells – next – the – Sea
two.2.4) Description of the procurement
The Commissioner expects the service to be delivered from two sites, one in Holt and one in Wells (this will be delivered as one contract).
The estimated annual contract value for the service is £706,165 which include approximately 18,559 UDAs and approximately 2 unscheduled care sessions per week.
Please note: The Services are intended to be provided from 1st April 2026 and as this is an NHS General Dental Services Contract, the contract will have no end date, therefore please ignore the end date in section II.2.7.4 End date below.
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £706,165
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2026
End date
31 March 2040
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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) Description
two.2.1) Title
Lot 2 - Thetford
Lot No
2
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UKH17 - Breckland and South Norfolk
Main site or place of performance
Thetford
two.2.4) Description of the procurement
The Commissioner expects the service to be delivered from one site, which is to be located in Thetford.
The estimated annual contract value for the service is £500,000 this is likely to include approximately 12,574 UDAs and approximately 2 unscheduled care sessions per week
The Services are intended to be provided from 1st April 2026 and as this is an NHS General Dental Services Contract, the contract will have no end date, therefore please ignore the end date in section II.2.7.4 End date below.
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2026
End date
31 March 2040
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Key points for consideration for interested providers are that they: -
1. Must already be a current provider for dental services or have necessary experience.
2. Already be CQC registered or with the imminent intention to become registered with the CQC within the mobilisation period.
3. Must be willing to work with system partners (e.g. 111 or other primary care providers) who will signpost patients to the service.
4. Must have suitable premises (please refer to procurement documentation for further details) or plans in place.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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 000-056894
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 October 2025
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 October 2025
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract 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 Contracting Authority will be using an eTendering system for this procurement exercise. Further information and the ITT documentation can be found via the 'Live Opportunities' list on the e-tendering system at the following link:
https://atamis-1928.my.salesforce-sites.com/?SearchType=Projects
You can also register your interest via this page. You can search for the opportunity by entering the following contract reference: C389490: General Dental Services and Unscheduled (Urgent Treatment) for Lot 1 Holt and Wells-next-the-Sea Lot 2 – Thetford.
The Basic Selection Questions are Pass/Fail and the award criteria for the Key Criteria Questions are as follows and these will be scored on a 0-5 scoring mechanism;
Key Criteria 1: Quality and Innovation: 46.00%
Key Criteria 2: Value: 5.00%
Key Criteria 3: Integration, Collaboration and Services Sustainability: 6.00%
Key Criteria 4: Improving Access, Reducing Health Inequalities and Facilitating Choice: 33.00%
Key Criteria 5: Social Value: 10.00%
The evaluation stages are as follows;
Stage 1: Preliminary compliance review
Stage 2: Evaluation of the Basic Selection Question
Stage 2a: Moderation
Stage 2b: Clarification
Stage 2c: Re-Moderation if required
Stage 3: Evaluation of Key Criteria Questions
Stage 3a: Moderation
Stage 3b: Clarification
Stage 3c: Re-Moderation if required
Neither the publication of this notice nor the employment of any particular terminology nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations.
Please see published procurement documentation for further details.
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