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- Dental Technician Services to HM Prisons 26-27
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 Dental Technician Services to HM Prisons 26-27
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: £30,000
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 His Majesty's prisons (HMP).
Contract to be awarded to existing supplier under PSR Direct Award C Process. 1 year
contract.
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: N/A As PSR Direct Award C
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:
PSR Direct Award C
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
Number of tenders received from SMEs: 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: £30,000
Total value of the contract/lot: £30,000
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. 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.
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.
In accordance with the Provider Selection Regime, the relevant authority identified the key criteria of quality and innovation, value, and integration, collaboration and service sustainability as the most relevant to this service, reflecting the clinical nature of the provision, the requirement for continuity of care, and the need for cost-effective delivery.
Assessment of the existing provider's current performance demonstrates that they are delivering the service to a high standard. The provider has consistently met quality and regulatory requirements, including ISO, MHRA, MDR and GDC compliance, and has established effective processes for custom appliance fabrication, patient-centred care and timely delivery. Innovative service delivery is evidenced through the use of dedicated dental technicians, enabling improved access, reduced waiting times and consistently positive patient outcomes, with no complaints or incidents recorded. The service is supported by regular contract review meetings, providing assurance that quality is actively monitored and maintained.
In terms of value, the current arrangement represents a cost-effective model when compared with alternative delivery options. The service has remained within agreed budgets, providing financial stability and predictable costs, while delivering demonstrable efficiencies through reduced waiting times and effective resource utilisation. There is no evidence of unexpected cost pressures, and the provider is expected to continue delivering value for money over the contract term.
The service is well integrated within existing prison dental services and has demonstrated effective collaboration with clinicians and managers to support seamless patient pathways. Partnership working, personalised design support for complex cases and in-house laboratory capability contribute to service resilience, reduced turnaround times and improved sustainability. Ongoing performance management through contract review mechanisms provides assurance that the provider will continue to meet service requirements.
Based on the assessment of current performance and the provider's ability to maintain these standards in the future, it was concluded that the existing provider satisfies the key criteria to a sufficient standard and that continuation of the arrangement represents the most appropriate and proportionate decision.
six.4) Procedures for review
six.4.1) Review body
NHS England Independent Patient Choice and Procurement Panel
London
SE1 8UG
Country
United Kingdom