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
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) intend to award contracts to Damira Dental Studios Ltd for the provision of General Dental Services and Unscheduled Care (Urgent Treatment) Services for Lot 1 Holt and Wells – next– the – Sea and Lot 2 – Thetford following a Competitive Process.
Note - the Estimated Total Value of the procurement in section
II.1.7.1 Value (excluding VAT) is based on the annual contract value for both Lot 1 and Lot 2 as the General Dental Services contract has no end date and is held in perpetuity.
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: £1,097,292
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)
- 85100000 - Health 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
This is an intention to award notice under the competitive process.
NHS Norfolk and Waveney Integrated Care Board (referred to as the Commissioner) intend to award a contract to Damira Dental Studios Ltd for the provision of General Dental Services and Unscheduled Care (Urgent Treatment) Services for Lot 1 Holt and Wells – next– the – Sea following a robust Competitive Process.
Services are expected to commence on 1st April 2026 and as this is an NHS General Dental Services Contract, the contract will have no end date.
The estimated value per annum is £641,534.00. Note - the Estimated Total Value in section V.2.4.1 Initial estimated total value is based on the annual contract value for Lot 1 as the General Dental Services contract has no end date and is held in perpetuity.
This is an existing service and an existing provider.
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10.00%
Quality criterion - Name: Quality and Innovation / Weighting: 46.00%
Quality criterion - Name: Integration, Collaboration & Service Sustainability / Weighting: 6.00%
Quality criterion - Name: Improving access, reducing health inequalities and facilitating Choice / Weighting: 33.00%
Price - Weighting: 5.00%
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) Description
two.2.1) Title
Lot 2 - Thetford
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health 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
This is an intention to award notice under the competitive process.
NHS Norfolk and Waveney Integrated Care Board (referred to as the Commissioner) intend to award a contract to Damira Dental Studios Ltd for the provision of General Dental Services and Unscheduled Care (Urgent Treatment) Services for Lot 2 Thetford following a robust Competitive Process.
Services are expected to commence on 1st April 2026 and as this is an NHS General Dental Services Contract, the contract will have no end date.
The estimated value per annum is £455,758.00. Note - the Estimated Total Value in section V.2.4.1 Initial estimated total value is based on the annual contract value for Lot 2 as the General Dental Services contract has no end date and is held in perpetuity.
This is a new service and a new provider.
two.2.5) Award criteria
Quality criterion - Name: Quality and Innovation / Weighting: 46.00%
Quality criterion - Name: Integration, Collaboration & Service Sustainability / Weighting: 6.00%
Quality criterion - Name: Improving access, reducing health inequalities and facilitating Choice / Weighting: 33.00%
Quality criterion - Name: Social Value / Weighting: 10.00%
Price - Weighting: 5.00%
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
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 000-060641
Section five. Award of contract
Lot No
1
Title
Lot 1 - Holt and Wells – next – the – Sea
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 November 2025
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Damira Dental Studios Ltd
2 Minton Place, Victoria Road
Bicester
OX26 6QB
Country
United Kingdom
NUTS code
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £641,534
Total value of the contract/lot: £641,534
Section five. Award of contract
Lot No
2
Title
Lot 2 - Thetford
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 November 2025
five.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Damira Dental Studios Ltd
2 Minton Place, Victoria Road
Bicester
OX26 6QB
Country
United Kingdom
NUTS code
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £455,758
Total value of the contract/lot: £455,758
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 12pm (midnight) on Monday 5th January 2026. 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: C389490 - General and Unscheduled Dental Services for Holt, Wells-next-the-Sea & Thetford
The award decision makers are Primary Care Commissioning Committee, NHS Norfolk and Waveney ICB and The Project Group.
The evaluation panel consisted of NHS Norfolk and Waveney Integrated Care Board personnel: -
Senior Primary Care Commissioning Manager
Finance Manager
Head of Finance Primary Care & Corporate
Senior Contract Support
Senior Nurse for POD
Quality Improvement Dental Nurse
Primary Care Commissioning Officer
Senior Special Projects Manager
Primary Care Commissioning Support Officer Pharmacy & Optometry
Senior Primary Care Delivery Manager
Senior Programme Manager Health Inequalities & VCSE Partnering
Commissioning Manager – Pharmacy and Optometry
Head of Primary Care Strategic Planning
Primary Care Commissioning Manager – Interface
Head of Primary Care Commissioning (Dental & GP)
Four potential conflicts of interest were flagged as part of this process. The four conflicts of interest were reviewed by the Project Leads who agreed that the four members who identified potential conflicts of interest were to remain as part of the evaluation panel.
The perceived conflicts of interest were mitigated against as no prior information or contractual information regarding the Provider was taken into consideration when evaluating. The panel members who did identify perceived conflicts of interest were never the sole voice on any scores as each question had more than one panel member and was the questions were discussed in depth as part of a robust moderation 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 46.00%
2. Value 5.00%
3. Integration, Collaboration & Service Sustainability 6.00%
4. Improving access, reducing health inequalities and facilitating Choice 33.00%
5. Social Value 10.00%
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
Internet address
six.4.4) Service from which information about the review procedure may be obtained
NHS Arden and Greater East Midlands Commissioning Support Unit
Cardinal Square, 10 Nottingham Road
Derby
DE1 3QT
Country
United Kingdom