Section one: Contracting authority
one.1) Name and addresses
NHS Kent and Medway Integrated Care Board (ICB)
Ashford
Country
United Kingdom
Region code
UKJ4 - Kent
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.kentandmedway.icb.nhs.uk/
Buyer's address
https://health-family.force.com/s/Welcome
one.1) Name and addresses
NHS Sussex Integrated Care Board (ICB)
Lewes
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.sussex.ics.nhs.uk/
Buyer's address
https://health-family.force.com/s/Welcome
one.2) Information about joint procurement
The contract involves joint procurement
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
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
NHS Tier 2 Oral Surgery Services in NHS Kent and Medway and NHS Sussex Integrated Care Boards (ICBs)
Reference number
C395282
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Kent and Medway and NHS Sussex Integrated Care Boards (ICBs) (the Commissioners) are seeking to commission providers who have the capability and capacity to deliver NHS Tier 2 Oral Surgery services in Kent and Medway and Sussex, in line with the specified requirements.
The procurement is divided into 9 lots across the Kent and Medway ICB and Sussex ICB areas. Providers may bid for a maximum of 3 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:
https://www.england.nhs.uk/long-read/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 Kent & Medway and Sussex.
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 Sedation) are to:
• ensure that equitable, accessible, cost effective, high quality Level 2 Oral Surgery services are available to the public locally
• increase the availability and accessibility of the primary care based Level 2 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
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:
Performers must follow the agreed regional accreditation process that is estimated to commence from October 2025.
The contract term is planned to commence between 1st April and 1st June 2026 and will be for a duration of 6 years with an optional extension of 3 years for lots 1 to 4, and 5 years with an optional extension of 2 years for lots 5 to 9.
The maximum total initial contract values (6 years lots 1 - 4, 5 years lots 5 - 9) for each lot are as follows:
Lot 1 Kent and Medway 1 - £7,585,962
Lot 2 Kent and Medway 2 - £3,556,650
Lot 3 Kent and Medway 3 - £7,190,676
Lot 4 Kent and Medway 4 - £11,826,438
Lot 5 Sussex 1 - £3,180,977
Lot 6 Sussex 2 - £4,192,100
Lot 7 Sussex 3 - £2,719,116
Lot 8 Sussex 4 - £3,393,457
Lot 9 Sussex 5 - £1,891,728
TUPE may apply to this procurement.
This exercise is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
Interested providers will be able to view the opportunity and access the tender documentation via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome
two.1.5) Estimated total value
Value excluding VAT: £66,767,917
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Kent and Medway 1 - West Kent
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
NHS Kent and Medway and NHS Sussex Integrated Care Boards (ICBs) (the Commissioners) are seeking to commission providers who have the capability and capacity to deliver NHS Tier 2 Oral Surgery services in Kent and Medway and Sussex, in line with the specified requirements.
The procurement is divided into lots. Lot 1 covers the West Kent area. Please refer to the lot data sheets included within the tender documents for more information.
TUPE may apply to this lot.
This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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: Yes
Description of options
Optional 3 year (36 month) extension.
two.2) Description
two.2.1) Title
Kent and Medway 2 - Dartford and Gravesham
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
NHS Kent and Medway and NHS Sussex Integrated Care Boards (ICBs) (the Commissioners) are seeking to commission providers who have the capability and capacity to deliver NHS Tier 2 Oral Surgery services in Kent and Medway and Sussex, in line with the specified requirements.
The procurement is divided into lots. Lot 2 covers the Dartford and Gravesham area. Please refer to the lot data sheets included within the tender documents for more information.
TUPE will not apply to this lot.
This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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: Yes
Description of options
Optional 3 year (36 month) extension.
two.2) Description
two.2.1) Title
Kent and Medway 3 - Medway and Swale
Lot No
3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
NHS Kent and Medway and NHS Sussex Integrated Care Boards (ICBs) (the Commissioners) are seeking to commission providers who have the capability and capacity to deliver NHS Tier 2 Oral Surgery services in Kent and Medway and Sussex, in line with the specified requirements.
The procurement is divided into lots. Lot 3 covers the Medway and Swale area. Please refer to the lot data sheets included within the tender documents for more information.
TUPE may apply to this lot.
This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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: Yes
Description of options
Optional 3 year (36 month) extension.
two.2) Description
two.2.1) Title
Kent and Medway 4 - East Kent
Lot No
4
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
Main description: (no more than 10,000 characters) - A description specific to the individual lot.
NHS Kent and Medway and NHS Sussex Integrated Care Boards (ICBs) (the Commissioners) are seeking to commission providers who have the capability and capacity to deliver NHS Tier 2 Oral Surgery services in Kent and Medway and Sussex, in line with the specified requirements.
The procurement is divided into lots. Lot 4 covers the East Kent area. Please refer to the lot data sheets included within the tender documents for more information.
TUPE will not apply to this lot.
This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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: Yes
Description of options
Optional 3 year (36 month) extension.
two.2) Description
two.2.1) Title
Sussex 1 - West Sussex North and Mid
Lot No
5
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
NHS Kent and Medway and NHS Sussex Integrated Care Boards (ICBs) (the Commissioners) are seeking to commission providers who have the capability and capacity to deliver NHS Tier 2 Oral Surgery services in Kent and Medway and Sussex, in line with the specified requirements.
The procurement is divided into lots. Lot 5 covers the West Sussex North and Mid area. Please refer to the lot data sheets included within the tender documents for more information.
TUPE will not apply to this lot.
This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: Yes
Description of options
Optional 2 year (24 month) extension.
two.2) Description
two.2.1) Title
Sussex 2 - West Sussex Coastal
Lot No
6
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
NHS Kent and Medway and NHS Sussex Integrated Care Boards (ICBs) (the Commissioners) are seeking to commission providers who have the capability and capacity to deliver NHS Tier 2 Oral Surgery services in Kent and Medway and Sussex, in line with the specified requirements.
The procurement is divided into lots. Lot 6 covers the West Sussex Coastal area. Please refer to the lot data sheets included within the tender documents for more information.
TUPE will not apply to this lot
This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: Yes
Description of options
Optional 2 year (24 month) extension.
two.2) Description
two.2.1) Title
Sussex 3 - Brighton and Hove
Lot No
7
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
NHS Kent and Medway and NHS Sussex Integrated Care Boards (ICBs) (the Commissioners) are seeking to commission providers who have the capability and capacity to deliver NHS Tier 2 Oral Surgery services in Kent and Medway and Sussex, in line with the specified requirements.
The procurement is divided into lots. Lot 7 covers the Brighton and Hove area. Please refer to the lot data sheets included within the tender documents for more information.
TUPE will not apply to this lot.
This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: Yes
Description of options
Optional 2 year (24 month) extension.
two.2) Description
two.2.1) Title
Sussex 4 - East Sussex (West)
Lot No
8
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
NHS Kent and Medway and NHS Sussex Integrated Care Boards (ICBs) (the Commissioners) are seeking to commission providers who have the capability and capacity to deliver NHS Tier 2 Oral Surgery services in Kent and Medway and Sussex, in line with the specified requirements.
The procurement is divided into lots. Lot 8 covers the East Sussex (West) area. Please refer to the lot data sheets included within the tender documents for more information.
TUPE will not apply to this lot.
This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: Yes
Description of options
Optional 2 year (24 month) extension.
two.2) Description
two.2.1) Title
Sussex 5 - East Sussex (East)
Lot No
9
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
NHS Kent and Medway and NHS Sussex Integrated Care Boards (ICBs) (the Commissioners) are seeking to commission providers who have the capability and capacity to deliver NHS Tier 2 Oral Surgery services in Kent and Medway and Sussex, in line with the specified requirements.
The procurement is divided into lots. Lot 9 covers the East Sussex (East) area. Please refer to the lot data sheets included within the tender documents for more information.
TUPE will not apply to this lot.
This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: Yes
Description of options
Optional 2 year (24 month) extension.
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
Selection criteria as stated in the procurement documents.
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 November 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
28 November 2025
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Initial contract term of 5 years with the option for a 2 year extension.
six.3) Additional information
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
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 Public Contracts Regulations 2015 and The Procurement Act 2023 do not apply to this award.
six.4) Procedures for review
six.4.1) Review body
NHS England South East
Southampton/Reading
Country
United Kingdom