Award

Tier 2 Dental Restorative Services in Sussex

NHS SUSSEX INTEGRATED CARE BOARD

This public procurement record has 2 releases in its history.

TenderUpdate

02 Apr 2026 at 10:05

Award

18 Mar 2026 at 16:41

Summary of the contracting process

The procurement process overseen by NHS Sussex Integrated Care Board pertains to the continuation of Tier 2 Dental Restorative Services in Sussex. This falls under services procurement in the dental practice and related services category, with a focus on restorative dentistry. Using a direct award process under the Provider Selection Regime, the contract value is £356,175, extendable to £712,350, commencing 1st April 2026. The NHS Sussex Commissioner, based in Lewes, has awarded this contract following an assessment confirming the incumbent provider's satisfactory performance against the original and proposed contract standards. The initial contract term is set at 12 months with potential for extension at the Commissioner's discretion, supporting local continuity as the NHS Sussex and NHS Surrey Heartlands ICBs merge on the contract's start date.

Businesses within the dental sector, particularly those specialising in restorative dentistry, may find growth opportunities by aligning with the principles showcased in this contract. While this award notice confirms ongoing support for the current provider, Bruno Vieira Da Costa, future procurement cycles post-2027 will present opportunities for other providers in Sussex to bid for such contracts. Companies proficient in periodontal care, endodontic care, and prosthodontic services, known for innovative practices and integration within healthcare networks, will be well-suited to compete when tender opportunities arise again. With emphasis on service sustainability, value, quality, and addressing health inequalities, this tender could influence providers to enhance their offerings and engage more deeply with community health initiatives.

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

Notice Title

Tier 2 Dental Restorative Services in Sussex

Notice Description

NHS Sussex (the Commissioner) are looking to continue the Tier 2 Dental Restorative 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 PS356,175, and PS712,350 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 Restorative Services with the current provider in Sussex. While this procurement exercise is being launched by NHS Sussex ICB, the Provider should note that, following the planned merger of NHS Sussex ICB and NHS Surrey Heartlands ICB on 1 April 2026, the awarding authority for the resulting contract will be the newly established NHS Surrey and Sussex ICB. Tier 2 dental restorative services provide care for patients who have complex oral and dental problems involving replacing missing teeth, repairing damaged teeth or restoration of the whole mouth. There are three types of restorative dentistry: * Periodontal care manages gum disease * Endodontic care manages the root and remaining tooth tissue usually carried out by root canal treatment * Prosthodontic care includes diagnosis, care planning and provision of clinical treatments including crowns, bridges, dentures and occlusal splints. Tier 2 restorative services treat more complex cases than can be managed by Tier 1 dental practices as defined in the commissioning guide for restorative dentistry. The term of the existing Restorative 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 PS356,175, and PS712,350 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.

Options: Optional extension of a further 12 months at the sole discretion of the Commissioner.

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 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 31st March 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-066e1f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/030758-2026
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
£712,350 £500K-£1M

Notice Dates

Publication Date
2 Apr 20262 days ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
16 Mar 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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

BRUNO VIEIRA DA COSTA

Further Information

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-066e1f-2026-04-02T11:05:11+01:00",
    "date": "2026-04-02T11:05:11+01:00",
    "ocid": "ocds-h6vhtk-066e1f",
    "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%): Bruno Vieira Da Costa demonstrates strong, reliable performance in quality and innovation through a combination of supportive management, robust communication channels and a strong focus on staff development and wellbeing. The latest CQC inspection identified no regulatory breaches, and Friends and Family Test results from Feb 2025 show 100% positive feedback. Robust processes for handling complaints and sharing positive feedback further contribute to continuous improvement and high quality patient care. Engagement with the provider is responsive. * Value (30%): Bruno Vieira Da Costa demonstrates good value through consistent delivery of activity, consistently meeting high patient demand and ensuring continuity of dental restorative services. His ability to maintain performance beyond expected levels reflects efficient use of resources, reliable capacity, and meaningful contribution to the overall effectiveness and stability of restorative provision within NHS Sussex. * Integration, Collaboration and Service Sustainability (15%): Bruno Vieira Da Costa is a long-established and stable provider of dental restorative services, demonstrating resilience and consistent capacity to meet patient demand over many years. The clinic maintains strong working relationships with connected organisations across Sussex, 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%) Bruno Vieira Da Costs demonstrates commitment to improving access to care for local residents and those facing health inequalities by ensuring clear appointment pathways, reasonable adjustments, and supportive communication for patients with additional needs. They address barriers to treatment through transparent pricing and staged treatment options, while fostering an inclusive and culturally sensitive environment that utilises interpreters and translated materials when possible. Targeted prevention, patient education, and collaboration with local organizations further support higher-risk groups. Robust safeguarding, fair policies, and respect for all patients and staff are central to their approach. This strategy enhances accessibility, reduces health inequalities, and increases patient choice in a local primary care setting. * Social Value (10%) Bruno Vieira Da Costs demonstrates awareness and a clear commitment to environmental performance while upholding patient safety and regulatory standards. Their proactive, evidence-based prevention and education strategies benefit the community's social, economic, and environmental health. By prioritizing high-risk patients and collaborating with local partners, they ensure access to essential support services like smoking cessation, diabetes management, mental health, and other community resources. These efforts build stronger community networks, promote healthier lifestyles, and enhance local resilience. 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 31st March 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": "1005690000 and 7891270001",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Tier 2 Dental Restorative 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 Restorative 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 PS356,175, and PS712,350 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 Restorative Services with the current provider in Sussex. While this procurement exercise is being launched by NHS Sussex ICB, the Provider should note that, following the planned merger of NHS Sussex ICB and NHS Surrey Heartlands ICB on 1 April 2026, the awarding authority for the resulting contract will be the newly established NHS Surrey and Sussex ICB. Tier 2 dental restorative services provide care for patients who have complex oral and dental problems involving replacing missing teeth, repairing damaged teeth or restoration of the whole mouth. There are three types of restorative dentistry: * Periodontal care manages gum disease * Endodontic care manages the root and remaining tooth tissue usually carried out by root canal treatment * Prosthodontic care includes diagnosis, care planning and provision of clinical treatments including crowns, bridges, dentures and occlusal splints. Tier 2 restorative services treat more complex cases than can be managed by Tier 1 dental practices as defined in the commissioning guide for restorative dentistry. The term of the existing Restorative 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 PS356,175, and PS712,350 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": "0"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "Optional extension of a further 12 months at the sole discretion of the Commissioner."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKJ2"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "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 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 31st March 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 1st April 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 PS356,175, and PS712,350 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": "024829-2026-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-177728",
                    "name": "Bruno Vieira Da Costa"
                }
            ]
        }
    ],
    "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-FTS-177728",
            "name": "Bruno Vieira Da Costa",
            "identifier": {
                "legalName": "Bruno Vieira Da Costa",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "locality": "Crawley",
                "region": "UKJ2",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-173463",
        "name": "NHS Sussex Integrated Care Board"
    },
    "contracts": [
        {
            "id": "024829-2026-1",
            "awardID": "024829-2026-1",
            "status": "active",
            "value": {
                "amount": 712350,
                "currency": "GBP"
            },
            "dateSigned": "2026-03-16T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}