Section one: Contracting authority
one.1) Name and addresses
KENT COMMUNITY HEALTH NHS FOUNDATION TRUST
Trinity House, 110/120 Upper Pemberton, Eureka Park, Kennington
Ashford
TN254AZ
Contact
Christopher Sherwood
Country
United Kingdom
Region code
UKJ45 - Mid Kent
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
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
PSR Direct Award C- Domiciliary Dental Clinical Technician Services
two.1.2) Main CPV code
- 85130000 - Dental practice and related services
two.1.3) Type of contract
Services
two.1.4) Short description
Contract for Clinical Dental Technician Services for Domiciliary Care
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: £24,999
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
To provide an efficient and effective service that will ensure the delivery of high quality clinical dental technician services to patients in their homes.
Contract to be awarded to existing supplier under PSR Direct Award C Process. 1 year contract from 01/04/2026.
two.2.5) Award criteria
Quality criterion - Name: Quality and Innovation / Weighting: 30
Quality criterion - Name: Value / Weighting: 30
Quality criterion - Name: Integration, collaboration and service sustainability / Weighting: 15
Quality criterion - Name: Improving access, reducing health inequalities and facilitating choice / Weighting: 15
Quality criterion - Name: Social value / Weighting: 10
Price - Weighting: PSR Direct Award C (N/A)
two.2.11) Information about options
Options: 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 is a Provider Selection Regime PSR Intention
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
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 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 Dentures
Broadstairs
Country
United Kingdom
NUTS code
- UKJ - South East (England)
Companies House
08882105
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £24,999
Total value of the contract/lot: £24,999
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
NHS England Independent Patient Choice and Procurement Panel
London
SE1 8UG
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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 publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by midnight on 8th January 2026.
Award decision makers are: Operational Lead for Dental Services and an appropriately qualified Dental Practitioner.
Representations should be sent via email to: Christopher.sherwood@nhs.net
Award decision makers are: Director of Dental & Planned Care Services & Operational Lead Dental Services.
This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
There were no conflicts of interest.
The decision to continue with the current provider is based on a clear assessment of quality, innovation and value for money in line with the Provider Selection Regime. The provider has consistently demonstrated the ability to deliver a high-quality, patient-centred service, with strong adherence to recognised quality and regulatory standards including ISO, MHRA, MDR and GDC requirements. Established processes are in place to ensure ongoing service improvement, patient safety and timely delivery, supported by regular contract review meetings and a sustained zero-complaints history.
The service model offers proven innovation through the use of dedicated dental technicians, enabling faster access to appliances, improved patient outcomes and reduced reliance on dental officer time. This approach has delivered consistently high patient satisfaction levels and measurable service benefits over the life of the contract.
In terms of value, the current arrangement represents a cost-effective solution when compared to alternative delivery models, remaining within agreed budgets and providing demonstrable financial efficiencies. The provider has delivered the service within the approved financial envelope for the duration of the contract, offering stability, continuity and value for money. On this basis, the continuation of the current provider is considered to be the most appropriate option to meet service, quality and financial requirements.