Contract

The Kent Dental Epidemiology Survey and the Kent Oral Health Promotion Programme

  • Kent County Council

F03: Contract award notice

Notice identifier: 2025/S 000-080306

Procurement identifier (OCID): ocds-h6vhtk-05f013

Published 5 December 2025, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Kent County Council

Kent County Council | Sessions House, Maidstone, County Road

Maidstone

ME14 1XQ

Contact

Nicola Foster

Email

nicola.foster@kent.gov.uk

Telephone

+44 3000416375

Country

United Kingdom

Region code

UKJ4 - Kent

Internet address(es)

Main address

http://www.kent.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Kent Dental Epidemiology Survey and the Kent Oral Health Promotion Programme

Reference number

CN250189

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

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 Public Contracts Regulations 2015 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 decision makers by midnight on 17 December 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

The service delivers a comprehensive Oral Health and Dental Epidemiology programme across Kent County Council’s area. It fulfils statutory responsibilities under the Public Health England Dental Public Health Intelligence Programme, ensuring biennial dental epidemiology surveys are conducted to monitor population oral health. The approach is evidence-based and aligned with national guidance and Kent’s public health priorities, focusing on prevention and reducing oral health inequalities.

Key elements include the continuation of the Supervised Toothbrushing Programme, delivery of a pilot in one SEND school, and quality assurance of the expanded, externally funded toothbrushing programme until December 2027. The service also provides targeted oral health promotion, workforce training, and maintains a network of Oral Health Improvement Champions within Family Hubs and other community settings. Collaborative working with education, health, and community partners ensures oral health is embedded into wider health and wellbeing initiatives, supporting improved outcomes for children and vulnerable groups across Kent.

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: £723,009

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
Main site or place of performance

Kent

two.2.4) Description of the procurement

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 Public Contracts Regulations 2015 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 decision makers by midnight on 17 December 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Proposed Contract Start and End Date: 01/01/2026 – 31/12/2029

The information required against the Key Criteria under Direct Award C was assessed by an evaluation panel consisting of Chloe Nelson (Senior Commissioner), Abenaa Gyamfuah-Assibey (Specialist), and Wendy Jefferys (Consultant). The evaluation was moderated by Nicola Foster, and the decision to intend to award the contract was taken by Dr Anjan Ghosh.

The incumbent supplier was assessed according to the process outlined within the Direct Award C procedure, which consisted of:

An assessment of whether the contract is changing considerably

Due diligence undertaken as part of the Basic Selection Criteria

An assessment of whether the provider is doing a good job against the existing contract

An assessment of whether the provider is likely to continue to do a good job against the new contract

The assessment concluded the contract was not changing considerably. Due diligence confirmed the organisation meets all necessary requirements and is suitable for selection.

Performance against the five key criteria was assessed with the following weightings:

Quality and innovation – 25% | Value – 25% | Integration, collaboration and sustainability – 20% | Improving access and reducing inequalities – 20% | Social value – 10%

The provider was deemed to be delivering a good service and likely to continue doing so under the new contract. Following successful completion of all required aspects of the Direct Award C process, the provider met the threshold for eligibility.

Conflicts of interest were managed throughout the procurement process, and none were declared.

two.2.5) Award criteria

Price

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

This 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 Public Contracts Regulations 2015 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 decision makers by midnight of the 5 December 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

Contract No

CN250189

Title

The Kent Dental Epidemiology Survey and the Kent Oral Health Promotion Programme

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 December 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

Kent Community Health NHS Foundation Trust

RYY Trinity House, Eureka Park,

Ashford

TN25 4AZ

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
National registration number

04088589

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £723,009


Section six. Complementary information

six.3) Additional information

To view this notice, please click here:

https://www.kentbusinessportal.org.uk/delta/viewNotice.html?noticeId=999286567 GO Reference: GO-2025125-PRO-33590220

six.4) Procedures for review

six.4.1) Review body

Kent County Council

Sessions House, County Road

Maidstone

ME14 1XQ

Email

nicola.foster@kent.gov.uk

Telephone

+44 3000413490

Country

United Kingdom

Internet address

www.kent.gov.uk