Contract

NHSE881 - His Majesty's Prison Haverigg, His Majesty's Prison Garth and His Majesty's Prison Wymott - Dental Services

  • NHS England - North West - Health and Justice

F03: Contract award notice

Notice identifier: 2025/S 000-084882

Procurement identifier (OCID): ocds-h6vhtk-056642 (view related notices)

Published 19 December 2025, 12:35pm



Section one: Contracting authority

one.1) Name and addresses

NHS England - North West - Health and Justice

Liverpool

Email

NECSU.neprocurement@nhs.net

Country

United Kingdom

Region code

UKD - North West (England)

NHS Organisation Data Service

Q83

Internet address(es)

Main address

https://www.england.nhs.uk/commissioning/health-just/

Buyer's address

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

NHSE881 - His Majesty's Prison Haverigg, His Majesty's Prison Garth and His Majesty's Prison Wymott - Dental Services

Reference number

NHSE881

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

North of England Commissioning Support (NECS) is working for and on behalf of NHS England North West Region - Health and Justice (the Relevant Authority), who have undertaken a competitive process to commission Dental Service to His Majesty's Prison (HMP) Haverigg, HMP Garth and HMP Wymott. The service will be to deliver dental services across all three HMP sites as one contract - HMP Haverigg HMP Garth and HMP Wymott.

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Healthcare 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 contract term is for 6 years commencing on the 01 April 2026, with an option to extend for a further 2 years at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance.

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: £4,391,992

two.2) Description

two.2.2) Additional CPV code(s)

  • 85130000 - Dental practice and related services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

HMP Haverigg, HMP Garth and HMP Wymott

two.2.4) Description of the procurement

This is an intention to award notice to advise that the relevant authority intends to award a contract under a competitive process under the Health Care Services (Provider Selection Regime) regulations 2023. For the avoidance of doubt, the provisions of the Procurement Regulations 2024 (Procurement Act 2023) and/ or Public Contracts Regulations 2015 do not apply to this award]

North of England Commissioning Support (NECS) is working for and on behalf of NHS England North West Region - Health and Justice (the Relevant Authority), who have undertaken a competitive process to commission Dental Service to His Majesty's Prison (HMP) Haverigg, HMP Garth and HMP Wymott. The service will be to deliver dental services across all three HMP sites as one contract - HMP Haverigg HMP Garth and HMP Wymott.

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Healthcare 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 contract term is for 6 years commencing on the 01 April 2026, with an option to extend for a further 2 years at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance. The lifetime value of the contract is £4,391,992.

This is an Existing Service and incumbent provider(s)

two.2.5) Award criteria

Quality criterion - Name: Key Criteria 1: Quality and Innovation / Weighting: 30

Quality criterion - Name: Key Criteria 2: Integration, Collaboration and Service Sustainability / Weighting: 29

Quality criterion - Name: Key Criteria 3: Improving Access, Reducing Health Inequalities and Facilitating Choice / Weighting: 16

Quality criterion - Name: Key Criteria 4: Social Value / Weighting / Weighting: 10

Cost criterion - Name: Key Criteria 5: Value (Price) / Weighting: 15

two.2.11) Information about options

Options: Yes

Description of options

The contract term is for 6 years commencing on the 01 April 2026, with an option to extend for a further 2 years at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance.


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 000-063873


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

18 December 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

Time for Teeth Ltd

Newark on Trent

NG236FF

Country

United Kingdom

NUTS code
  • UKD - North West (England)
Companies House

07262547

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: £4,520,000

Total value of the contract/lot: £4,391,992


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 Public Contracts Regulations 2015 do not apply to this award.

This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. A contract will not be awarded until after the 9th working day following standstill. The standstill period begins on the day after the publication of this notice.. Representations by providers must be made to the relevant authority by midnight 08 January 2026. Any representations should be sent via the Atamis messaging portal and/or via email to necsu.neprocurement@nhs.net

The award of the contract was made based on the evaluation methodology as outlined in the Provider response document (PRD) taking into account the 5 key criteria under PSR and evaluated inline with the methodology outlined in the PRD. As well as an assessment of value/cost as outlined in the PRD.

Decision to award contract following evaluations of tender was made via NHS England - North West - Health and Justice appropriate governance route which were:

Senior Leadership Team

Regional Director of Specialised Commissioning and Health & Justice NW

Director of Commissioning Finance

Medical Director for Commissioning

Director of Nursing for Commissioning

Deputy Director of Commissioning Finance

Head of Acute Strategy and Transformation

Regional Head of Health and Justice NW

Head of Quality

Head of Mental Health

Consultant in Healthcare Public Health: Specialised Commissioning

Acute Transformation Lead - Cheshire & Merseyside

Acute Transformation Lead - Lancashire & South Cumbria

Direct Commissioning Committee

Regional Director of Specialised Commissioning and Health & Justice NW

Director of Commissioning Finance

Medical Director for Commissioning

Director of Nursing for Commissioning

There were no declared of potential conflicts of interest of individuals making the award decision.

The scoring criteria for the Basic Selection Criteria Questions were either evaluated as Pass/Fail or For Information.

The successful provider was selected based on offering the most advantageous Provider response by scoring the highest combined score for quality (key criteria) and finance, evaluated against the published evaluation criteria as detailed within the provider response documentation. As a result, they are the recommended provider(s) and have been awarded the contract, subject to final agreement.

six.4) Procedures for review

six.4.1) Review body

NHS Engaland - Health and Justice - Northwest

Leeds

Email

NECSU.neprocurement@nhs.net

Country

United Kingdom