Award

Level 1 Dental Sedation Service in Mid and South Essex

NHS ESSEX INTEGRATED CARE BOARD

This public procurement record has 2 releases in its history.

Award

08 Apr 2026 at 16:27

Planning

18 Mar 2026 at 18:50

Summary of the contracting process

The NHS Essex Integrated Care Board has awarded contracts to deliver Level 1 Dental Sedation Services in Mid and South Essex, following the Most Suitable Provider (MSP) process under the Health Care Services (Provider Selection Regime) Regulations 2023. The service focuses on providing safe sedation to assist patients with routine dental treatments. This award procedure was conducted without prior publication of a call for competition, determined through the NHS's evaluation of provider capabilities. The service will span locations from Chelmsford northwards, along the A12/A120 corridor, with providers required to begin operations by 1 July 2026. The contract extends until 31 March 2027, with a possible extension of up to an additional 12 months.

This procurement presents a significant opportunity for dental service providers operating within Mid and South Essex, particularly those already meeting national IACSD 2020 Standards. Providers offering integrated care pathways and possessing robust sedation governance will have a competitive advantage. The awarded contracts, valued at approximately £70,000 each over their duration, give small to medium-sized enterprises (SMEs) like AF CLOUGH LTD, Mr M GOLI, and The Essex Dental Clinic, the chance to expand their service offerings and strengthen their presence in this specialised market by serving both children and adults, ensuring compliance, and collaborating with local dental services for escalated care.

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

Notice Title

Level 1 Dental Sedation Service in Mid and South Essex

Notice Description

NHS Mid and South Essex Integrated Care Board (the Authority) has awarded three contracts to deliver Level 1 Sedation Services for children and adults in Mid and South Essex, following a Most Suitable Provider (MSP) process under the Health Care Services (Provider Selection Regime) Regulations 2023. Level 1 conscious sedation services provide basic, safe sedation, mainly inhalation sedation and single-drug intravenous sedation, to help patients undergo routine dental treatment. These services follow nationally recognised IACSD Standards, which set requirements for trained staff, appropriate clinical environments, monitoring, and safe recovery. In applying the Process, the Authority has assessed the five Key Criteria and updated its provider landscape knowledge through an expression of interest data gathering process, to confirm provider capability and local connections. Based on this, the Authority was able to identify the MSP without a competitive process. Further details are available in sections II.2.4), II.2.14), and VI.3).

Lot Information

Lot 1

This notice is a confirmation of award of a contract under the most suitable provider process in accordance with the Provider Selection Regime 2023 (PSR). The Authority only considered organisations that could meet the following basic selection criteria: The Authority seeks to increase Level 1 dental sedation capacity in North Mid and South Essex, specifically from Chelmsford northwards, with services located along the A12/A120 corridor to ensure good patient access. Providers must operate an existing dental practice within this defined catchment. Providers must hold an existing GDS or PDS contract for NHS mandatory services within Mid and South Essex. They must meet all IACSD 2020 Standards for Level 1 sedation, including compliant clinical facilities and appropriate environment. A fully trained sedation team (IACSD and CQC aligned) must be in place at contract start. Providers should hold relevant SAAD accreditation (SSC and/or SSPS, or equivalent). Providers must evidence robust sedation governance, including a sedation policy, protocols aligned to IACSD 2020 and the UK Sedation SOP, appropriate screening and assessment processes, and clear escalation pathways for Level 2/3 or GA referral. Providers must demonstrate compliance with CQC Regulations 11, 12, 15 and 18, with no outstanding CQC enforcement relating to sedation. There must be no unresolved NHSBSA Sedation Assurance issues, and Providers must be able to self declare evidence of safe historical sedation activity. Providers must not be subject to remedial notices or clinical safety investigations. Providers must be able to deliver sedation for adults and children, and demonstrate integration with local care pathways, including established referral routes with local dental services or hospitals for escalation and cross provider collaboration. The planned service model is designed to meet a specific, limited level of patient need, with an annual total of 500 Courses of Treatment (CoT) each reimbursed at a tariff of PS240 per CoT. As this activity is distributed across all appointed providers, individual provider volumes will be modest. Providers should consider how these limited activity levels align with their operational planning and service delivery model when assessing suitability for this opportunity. The total funding available across all appointed providers equates to PS120,000. The Authority intends to award three contracts, so each Provider can expect an annual contract value of approximately PS40,000. Providers must be able to mobilise by 1 July 2026, and the contract will be awarded for a duration of 9 months, up to 31st March 2027, with the option of a further 12 month extension, subject to the Authority's requirements, which may be enacted at the Authority's discretion where extension is considered necessary to ensure uninterrupted service provision, ongoing compliance and performance, operational stability, or where financial or strategic considerations justify continuation of the existing arrangements. The aggregate contract value per each contract based on the contract duration (21 months) is approximately PS70,000, based on a third of the CoT funded. Therefore the total budget for this Service across all three contracts is approximately PS210,000 over the contract duration including extension period, if enacted. Key Criteria Assessment: The key criteria are being assessed on a pass / fail basis and are weighted by the Authority as follows: 1. Quality and Innovation (20%) 2. Value (20%) 3. Integration, Collaboration, Sustainability (15%) 4. Access and Health Inequalities (35%) 5. Social Value (10%) Additional information: Further details can be found at sections VI.3.

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 decision makers by midnight on 9th 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-066e35
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/032132-2026
Current Stage
Award
All Stages
Planning, Award

Procurement Classification

Notice Type
Planning 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

85000000 - Health and social work services

85120000 - Medical practice and related services

85121000 - Medical practice services

85130000 - Dental practice and related services

85131000 - Dental-practice services

85141000 - Services provided by medical personnel

Notice Value(s)

Tender Value
£210,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£210,000 £100K-£500K

Notice Dates

Publication Date
8 Apr 20262 days ago
Submission Deadline
Not specified
Future Notice Date
18 Mar 2026Expired
Award Date
6 Apr 20264 days 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 ESSEX INTEGRATED CARE BOARD
Additional Buyers

NHS MID AND SOUTH ESSEX 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
BASILDON
Postcode
SS14 3HG
Post Town
Southend-on-Sea
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH3 Essex
Small Region (ITL 3)
TLH36 Heart of Essex
Delivery Location
TLH3 Essex

Local Authority
Chelmsford
Electoral Ward
Moulsham and Central
Westminster Constituency
Chelmsford

Supplier Information

Number of Suppliers
3
Supplier Names

AF CLOUGH

MR M GOLI

THE ESSEX DENTAL 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-066e35-2026-04-08T17:27:16+01:00",
    "date": "2026-04-08T17:27:16+01:00",
    "ocid": "ocds-h6vhtk-066e35",
    "description": "The Authority published a Transparency Notice announcing its intention to follow the MSP process, based on the output of its MSP assessment, on 06/01/2026. The Authority observed a 14-day period to ensure suitably qualified and experienced providers could make themselves known in writing to the Authority. The Authority's MSP Process indicated its initial analysis was correct and the Authority is able to identify the most suitable provider without competition, and therefore will proceed to award the contract. The Authority only considered organisations that: * Met the basic selection criteria (Reg 19) as described at II.2.4) Description of the procurement * Is not excluded or excludable (Reg 20). * Demonstrated capability across the five key criteria (Reg 5) as described at II.2.4) Description of the procurement. The decision makers for this MSP Process were NHS Mid and South Essex Integrated Care Board Executive Team (now the NHS Essex Integrated Care Board Executive Team). In accordance with Regulation 21 of the PSR, the Authority has maintained a Conflicts of Interest (COI) Register throughout this Process. No declarations were raised. In accordance with Regulation 13 of PSR, Modification of contracts during their term, the Authority may introduce contract modifications during the contract term, provided these changes remain proportionate, aligned with the original scope, and do not alter the contract's essential nature, risk profile, or core systems. Such changes will follow NHS Standard Contract change-control processes. A summary of the information that was available and published in the MSP Process documentation follows: - Updates to national clinical standards for conscious sedation in dentistry, including any future changes to training, safety, or technical requirements. - Changes to workforce training, competency and accreditation requirements, including sedation specific qualifications, supervised clinical practice expectations, and life support training standards. - Amendments to referral pathways, clinical triage processes or assessment tools, including any future requirements for structured anxiety or sedation need assessment. - Adjustments to annual activity levels, clinical capacity, or distribution of activity across providers, based on changes in population need or commissioning priorities. - Updated requirements for clinical facilities, equipment, monitoring technology, recovery arrangements, infection control standards or environmental specifications. - Changes to quality assurance, clinical audit, incident reporting or patient safety reporting frameworks. - Modifications to clinical data requirements, reporting expectations, coding standards, or digital integration with local or national NHS systems. - Adjustments arising from local or national health needs assessments, including changes to patient groups served, service scope, or access expectations.",
    "initiationType": "tender",
    "tender": {
        "id": "ACE-0879-2026-MSE",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Level 1 Dental Sedation Service in Mid and South Essex",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "description": "NHS Mid and South Essex Integrated Care Board (the Authority) has awarded three contracts to deliver Level 1 Sedation Services for children and adults in Mid and South Essex, following a Most Suitable Provider (MSP) process under the Health Care Services (Provider Selection Regime) Regulations 2023. Level 1 conscious sedation services provide basic, safe sedation, mainly inhalation sedation and single-drug intravenous sedation, to help patients undergo routine dental treatment. These services follow nationally recognised IACSD Standards, which set requirements for trained staff, appropriate clinical environments, monitoring, and safe recovery. In applying the Process, the Authority has assessed the five Key Criteria and updated its provider landscape knowledge through an expression of interest data gathering process, to confirm provider capability and local connections. Based on this, the Authority was able to identify the MSP without a competitive process. Further details are available in sections II.2.4), II.2.14), and VI.3).",
        "value": {
            "amount": 210000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This notice is a confirmation of award of a contract under the most suitable provider process in accordance with the Provider Selection Regime 2023 (PSR). The Authority only considered organisations that could meet the following basic selection criteria: The Authority seeks to increase Level 1 dental sedation capacity in North Mid and South Essex, specifically from Chelmsford northwards, with services located along the A12/A120 corridor to ensure good patient access. Providers must operate an existing dental practice within this defined catchment. Providers must hold an existing GDS or PDS contract for NHS mandatory services within Mid and South Essex. They must meet all IACSD 2020 Standards for Level 1 sedation, including compliant clinical facilities and appropriate environment. A fully trained sedation team (IACSD and CQC aligned) must be in place at contract start. Providers should hold relevant SAAD accreditation (SSC and/or SSPS, or equivalent). Providers must evidence robust sedation governance, including a sedation policy, protocols aligned to IACSD 2020 and the UK Sedation SOP, appropriate screening and assessment processes, and clear escalation pathways for Level 2/3 or GA referral. Providers must demonstrate compliance with CQC Regulations 11, 12, 15 and 18, with no outstanding CQC enforcement relating to sedation. There must be no unresolved NHSBSA Sedation Assurance issues, and Providers must be able to self declare evidence of safe historical sedation activity. Providers must not be subject to remedial notices or clinical safety investigations. Providers must be able to deliver sedation for adults and children, and demonstrate integration with local care pathways, including established referral routes with local dental services or hospitals for escalation and cross provider collaboration. The planned service model is designed to meet a specific, limited level of patient need, with an annual total of 500 Courses of Treatment (CoT) each reimbursed at a tariff of PS240 per CoT. As this activity is distributed across all appointed providers, individual provider volumes will be modest. Providers should consider how these limited activity levels align with their operational planning and service delivery model when assessing suitability for this opportunity. The total funding available across all appointed providers equates to PS120,000. The Authority intends to award three contracts, so each Provider can expect an annual contract value of approximately PS40,000. Providers must be able to mobilise by 1 July 2026, and the contract will be awarded for a duration of 9 months, up to 31st March 2027, with the option of a further 12 month extension, subject to the Authority's requirements, which may be enacted at the Authority's discretion where extension is considered necessary to ensure uninterrupted service provision, ongoing compliance and performance, operational stability, or where financial or strategic considerations justify continuation of the existing arrangements. The aggregate contract value per each contract based on the contract duration (21 months) is approximately PS70,000, based on a third of the CoT funded. Therefore the total budget for this Service across all three contracts is approximately PS210,000 over the contract duration including extension period, if enacted. Key Criteria Assessment: The key criteria are being assessed on a pass / fail basis and are weighted by the Authority as follows: 1. Quality and Innovation (20%) 2. Value (20%) 3. Integration, Collaboration, Sustainability (15%) 4. Access and Health Inequalities (35%) 5. Social Value (10%) Additional information: Further details can be found at sections VI.3.",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Most suitable provider process with regard to the key criteria",
                            "type": "quality",
                            "description": "100"
                        },
                        {
                            "type": "price",
                            "description": "0"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85120000",
                        "description": "Medical practice and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85121000",
                        "description": "Medical practice services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85130000",
                        "description": "Dental practice and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85131000",
                        "description": "Dental-practice services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85141000",
                        "description": "Services provided by medical personnel"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH3"
                    },
                    {
                        "region": "UKH3"
                    }
                ],
                "deliveryLocation": {
                    "description": "Mid and South Essex"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-03-18T00:00:00Z"
        },
        "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 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 9th February 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR."
    },
    "parties": [
        {
            "id": "GB-FTS-172793",
            "name": "NHS Mid and South Essex Integrated Care Board",
            "identifier": {
                "legalName": "NHS Mid and South Essex Integrated Care Board",
                "id": "QH8"
            },
            "address": {
                "streetAddress": "Unit 10 Phoenix Court, Christopher Martin Road",
                "locality": "Basildon",
                "region": "UKH3",
                "postalCode": "SS14 3HG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Amy Wilson",
                "email": "amy.wilson@attain.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.midandsouthessex.ics.nhs.uk/",
                "buyerProfile": "https://attain.ukp.app.jaggaer.com/",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "07",
                        "scheme": "COFOG",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-179596",
            "name": "NHS Essex Integrated Care Board",
            "identifier": {
                "legalName": "NHS Essex Integrated Care Board",
                "id": "D7T5G"
            },
            "address": {
                "streetAddress": "Seax House Victoria Road South",
                "locality": "BUCKINGHAMSHIRE",
                "region": "UKH3",
                "postalCode": "CM1 1QH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "amy.wilson@attain.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.essex.icb.nhs.uk/",
                "buyerProfile": "https://attain.ukp.app.jaggaer.com/web/login.html",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "07",
                        "scheme": "COFOG",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-179597",
            "name": "AF CLOUGH LTD",
            "identifier": {
                "legalName": "AF CLOUGH LTD"
            },
            "address": {
                "streetAddress": "Sharrow Dental Practice, Moulsham Street",
                "locality": "Chelmsford",
                "region": "UKH3",
                "postalCode": "CM2 0JG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-179598",
            "name": "Mr M GOLI",
            "identifier": {
                "legalName": "Mr M GOLI"
            },
            "address": {
                "streetAddress": "Goodleigh Dental Practice, 41 Broomfield Road",
                "locality": "Chelmsford",
                "region": "UKH3",
                "postalCode": "CM1 1SY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-179599",
            "name": "The Essex Dental Clinic",
            "identifier": {
                "legalName": "The Essex Dental Clinic"
            },
            "address": {
                "streetAddress": "The Business Centre, Earls Colne Business Park",
                "locality": "Earls Colne, Essex",
                "region": "UKH3",
                "postalCode": "CO6 2NS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-114606",
            "name": "Independent Choice and Procurement Panel",
            "identifier": {
                "legalName": "Independent Choice and Procurement Panel"
            },
            "address": {
                "streetAddress": "Wellington House",
                "locality": "London",
                "postalCode": "SE1 8UG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.england.nhs.uk"
            }
        },
        {
            "id": "GB-FTS-179321",
            "name": "NHS Essex Integrated Care Board",
            "identifier": {
                "legalName": "NHS Essex Integrated Care Board"
            },
            "address": {
                "streetAddress": "Seax House Victoria Road South",
                "locality": "Chelmsford",
                "postalCode": "CM1 1QH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "amy.wilson@attain.co.uk"
            },
            "roles": [
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-179596",
        "name": "NHS Essex Integrated Care Board"
    },
    "language": "en",
    "awards": [
        {
            "id": "032132-2026-1",
            "relatedLots": [
                "1"
            ],
            "title": "Level 1 Dental Sedation Service in Mid and South Essex",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-179597",
                    "name": "AF CLOUGH LTD"
                },
                {
                    "id": "GB-FTS-179598",
                    "name": "Mr M GOLI"
                },
                {
                    "id": "GB-FTS-179599",
                    "name": "The Essex Dental Clinic"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "032132-2026-1",
            "awardID": "032132-2026-1",
            "title": "Level 1 Dental Sedation Service in Mid and South Essex",
            "status": "active",
            "value": {
                "amount": 210000,
                "currency": "GBP"
            },
            "dateSigned": "2026-04-07T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}