Award

Tier 2 Dental Sedation Services in Sussex

NHS SUSSEX INTEGRATED CARE BOARD

This public procurement record has 2 releases in its history.

TenderUpdate

18 Feb 2026 at 14:01

Award

04 Feb 2026 at 11:02

Summary of the contracting process

The procurement process initiated by NHS Sussex Integrated Care Board involves the continuation of Tier 2 Dental Sedation Services in Sussex. The contracting authority, based in Lewes, United Kingdom, is engaging in a direct award process under the Provider Selection Regime without the application of the Public Contracts Regulations 2015. The contract was formally awarded on 18th February 2026, following the standstill period. The initial contract term is set for 12 months starting from 1st April 2026, with the possibility of extending it for an additional 12 months. The industry category falls under dental practice and related services, and the total contract value can reach up to £2,562,547.72 including extensions.

This award represents a significant opportunity for St. Faiths Clinic Ltd, located in East Grinstead, to further develop its service capabilities in dental sedation, reinforcing its market position in Sussex. Companies with expertise in dental services or related healthcare fields may look to build partnerships or expand regional presence through future similar opportunities. Businesses that excel in service quality, integration, collaboration, and innovation are well-suited to compete, given the emphasis on these criteria in the current contract. The award ensures continuity and accessibility of specialised dental care, fostering positive health outcomes and supporting local employment and social value initiatives.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Tier 2 Dental Sedation Services in Sussex

Notice Description

NHS Sussex (the Commissioner) are looking to continue the Tier 2 Dental Sedation Services with the current provider in Sussex. After conducting an assessment of the incumbent provider, taking into account the key criteria and applying the basic selection criteria, the Commissioner is content that the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard. The contract term will be for an initial period of 12 months, with an option to extend for a further 12 months at the sole discretion of the Commissioner. The service is anticipated to commence on the 1st April 2026. The total contract value excluding extensions is PS1,281,273.86, and PS2,562,547.72 including extensions. This transparency notice serves as an intention to award the contract to the incumbent provider, using direct award process C under Provider Selection Regime (PSR).

Lot Information

Lot 1

NHS Sussex (the Commissioner) are looking to continue the Tier 2 Dental Sedation Services with the current provider in Sussex. Tier 2 dental sedation services provide dental treatment under conscious sedation for people with more complex medical histories or who need more complex treatment and moderate anxiety management than can be offered by Tier 1 dental services. The clinical standards for sedation in dentistry describe the speciality and the methods for managing anxiety management of which conscious sedation is one option. The term of the existing Sedation contract is due to expire on 31st March 2026 and the Commissioner has proposed that a new contract should replace the existing contract at the end of its term. All requirements outlined in Regulation 6(5) of the Health Care Services (Provider Selection Regime) Regulations 2023 have been met, including not breaching the considerable change threshold, and therefore direct award process C has been deemed the appropriate provider selection process. After conducting an assessment of the incumbent provider, taking into account the key criteria and applying the basic selection criteria, the Commissioner is content that the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard. The contract term will be for an initial period of 12 months, with an option to extend for a further 12 months at the sole discretion of the Commissioner. The service is anticipated to commence on the 1st April 2026. The total contract value excluding extensions is PS1,281,273.86, and PS2,562,547.72 including extensions. A full procurement for this service is in the pipeline and has a planned start date of April 2027. Other providers in Sussex will have the opportunity to bid for this contract when it is fully procured. This transparency notice serves as an intention to award the contract to the incumbent provider, using direct award process C under Provider Selection Regime (PSR). This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

Procurement 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 the relevant authority by midnight on 17th February 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0646a4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014800-2026
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85130000 - Dental practice and related services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£2,562,547 £1M-£10M

Notice Dates

Publication Date
18 Feb 20264 days ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
3 Feb 20262 weeks ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NHS SUSSEX INTEGRATED CARE BOARD
Contact Name
Not specified
Contact Email
scwcsu.procurement@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
LEWES
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
TLJ2 Surrey, East and West Sussex

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Supplier Information

Number of Suppliers
1
Supplier Name

ST. FAITHS CLINIC

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0646a4-2026-02-18T14:01:59Z",
    "date": "2026-02-18T14:01:59Z",
    "ocid": "ocds-h6vhtk-0646a4",
    "description": "An assessment against the key criteria (set out in the Provider Selection Regime) was carried out to assess the provider's performance against the current contract, as well as their likely performance against the new contract, and their ability to deliver safe, high-quality service. The basic selection criteria were applied as part of the DAPC provider assessment and were assessed on a Pass / Fail Basis. The provider attained a 'pass' on all elements of the basic selection criteria. Multiple assessment areas were included under each of the key criteria, and each weighted to reflect its importance in service delivery, value, and sustainability: * Quality & Innovation (25%): St Faiths Clinic demonstrates strong, reliable performance in quality and innovation. The latest CQC inspection identified no regulatory breaches, and Friends and Family Test results from June to September 2025 show 100% positive feedback. The provider maintains high clinical governance standards through timely SAAD self audits and responsive engagement with commissioners. Strong on site leadership, effective communication, and structured staff development support consistent service delivery. Robust processes for handling complaints and sharing positive feedback further contribute to continuous improvement and high quality patient care. * Value (30%): St Faiths Clinic demonstrates good value through sustained delivery above its commissioned activity, consistently meeting high patient demand and ensuring continuity of dental sedation services. Its ability to maintain performance beyond expected levels reflects efficient use of resources, reliable capacity, and meaningful contribution to the overall effectiveness and stability of sedation provision within NHS Sussex. * Integration, Collaboration and Service Sustainability (15%): St Faiths Clinic is a long-established and stable provider of dental sedation services, demonstrating resilience and consistent capacity to meet patient demand over many years. The clinic maintains strong working relationships with connected organisations across Sussex and Surrey, supporting coordinated care and smooth patient pathways. Its sustained presence, familiarity with regional service needs, and reliable operational model contribute to continuity of provision and alignment with local and national plans for integrated and sustainable service delivery. * Improving Access, Reducing Health Inequalities and Facilitating Choice (20%) St Faiths Clinic improves access and helps reduce health inequalities by providing specialist sedation for patients whose needs cannot be met in standard dental settings. By offering appropriate sedation options in a local primary-care environment, the provider supports timely treatment for groups at higher risk of unmet dental need. Clear referral pathways and patient choice further ensure that care is aligned to individual needs, promoting equitable access and better health outcomes. * Social Value (10%) St Faiths Clinic contributes positively to social value by supporting local employment, investing in its surrounding community, and ensuring accessible, inclusive care through a multilingual workforce and appropriate disability adaptations. The provider demonstrates a clear commitment to environmental responsibility through documented sustainability measures, active waste-reduction practices, and engagement with environmentally responsible suppliers. Its long-standing presence and stable service model further support continuity for patients and the local dental workforce, helping maintain community wellbeing and reinforce the wider social benefits of a reliable, locally delivered NHS service. The provider attained a sufficient score to be satisfied of their ability to continue to provide a high quality service for the population whilst ensuring the best value and service continuity for NHS Sussex. The assessments were based on knowledge gained through discussions with the South East Dental Commissioning Team, direct contact with the provider, and historical performance data. Award decisions have been recommended by the NHS Sussex Primary Care Commissioning Manager and approved by the Procurement and Provider Selection Steering Group (PPSSG). There are no identified conflicts of interest. 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 and The Procurement Act 2023 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 17th February 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. Written representations should be sent to scwcsu.procurement@nhs.net.",
    "initiationType": "tender",
    "tender": {
        "id": "1088120001",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Tier 2 Dental Sedation Services in Sussex",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85130000",
            "description": "Dental practice and related services"
        },
        "mainProcurementCategory": "services",
        "description": "NHS Sussex (the Commissioner) are looking to continue the Tier 2 Dental Sedation Services with the current provider in Sussex. After conducting an assessment of the incumbent provider, taking into account the key criteria and applying the basic selection criteria, the Commissioner is content that the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard. The contract term will be for an initial period of 12 months, with an option to extend for a further 12 months at the sole discretion of the Commissioner. The service is anticipated to commence on the 1st April 2026. The total contract value excluding extensions is PS1,281,273.86, and PS2,562,547.72 including extensions. This transparency notice serves as an intention to award the contract to the incumbent provider, using direct award process C under Provider Selection Regime (PSR).",
        "lots": [
            {
                "id": "1",
                "description": "NHS Sussex (the Commissioner) are looking to continue the Tier 2 Dental Sedation Services with the current provider in Sussex. Tier 2 dental sedation services provide dental treatment under conscious sedation for people with more complex medical histories or who need more complex treatment and moderate anxiety management than can be offered by Tier 1 dental services. The clinical standards for sedation in dentistry describe the speciality and the methods for managing anxiety management of which conscious sedation is one option. The term of the existing Sedation contract is due to expire on 31st March 2026 and the Commissioner has proposed that a new contract should replace the existing contract at the end of its term. All requirements outlined in Regulation 6(5) of the Health Care Services (Provider Selection Regime) Regulations 2023 have been met, including not breaching the considerable change threshold, and therefore direct award process C has been deemed the appropriate provider selection process. After conducting an assessment of the incumbent provider, taking into account the key criteria and applying the basic selection criteria, the Commissioner is content that the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard. The contract term will be for an initial period of 12 months, with an option to extend for a further 12 months at the sole discretion of the Commissioner. The service is anticipated to commence on the 1st April 2026. The total contract value excluding extensions is PS1,281,273.86, and PS2,562,547.72 including extensions. A full procurement for this service is in the pipeline and has a planned start date of April 2027. Other providers in Sussex will have the opportunity to bid for this contract when it is fully procured. This transparency notice serves as an intention to award the contract to the incumbent provider, using direct award process C under Provider Selection Regime (PSR). This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard",
                            "type": "quality",
                            "description": "100"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKJ2"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "id": "D_OUTSIDE_SCOPE",
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "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 the relevant authority by midnight on 17th February 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.",
        "amendments": [
            {
                "id": "1",
                "description": "Contract award took place on 18th February 2026 following conclusion of the standstill period. The contract term will be for an initial period of 12 months, with an option to extend for a further 12 months at the sole discretion of the Commissioner. The service is anticipated to commence on the 1st April 2026. The total contract value excluding extensions is PS1,281,273.86, and PS2,562,547.72 including extensions. This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 and The Procurement Act 2023 do not apply to this award. This contract has now been formally awarded using direct award process C."
            }
        ]
    },
    "awards": [
        {
            "id": "009853-2026-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-09615611",
                    "name": "St. Faiths Clinic Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-173463",
            "name": "NHS Sussex Integrated Care Board",
            "identifier": {
                "legalName": "NHS Sussex Integrated Care Board",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "locality": "Lewes",
                "region": "UKJ2",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "scwcsu.procurement@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.sussex.ics.nhs.uk/",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "07",
                        "scheme": "COFOG",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-09615611",
            "name": "St. Faiths Clinic Ltd",
            "identifier": {
                "legalName": "St. Faiths Clinic Ltd",
                "id": "09615611",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "East Grinstead",
                "region": "UKJ2",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-173463",
        "name": "NHS Sussex Integrated Care Board"
    },
    "contracts": [
        {
            "id": "009853-2026-1",
            "awardID": "009853-2026-1",
            "status": "active",
            "value": {
                "amount": 2562547.72,
                "currency": "GBP"
            },
            "dateSigned": "2026-02-03T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}