Notice Information
Notice Title
NHS Tier 2 Oral Surgery Services in Surrey Heartlands geography
Notice Description
The specialty of Oral Surgery deals with the diagnosis and management of pathology of the mouth and jaws that may require surgical intervention. It involves the treatment of children, adolescents and adults, and the management of dentally anxious and/or medically complex patients. Oral Surgery is provided by Oral Surgeons and by Oral & Maxillofacial Surgeons as the clinical competencies of these two specialist groups overlap. The scope of services includes all patients registered with GP practices within the former NHS Surrey Heartlands ICB geography prior to becoming NHS Surrey & Sussex ICB on 1st April 2026, along with individuals who are not registered with a GP practice but are resident within Surrey.
Lot Information
Lot 1
The specialty of Oral Surgery deals with the diagnosis and management of pathology of the mouth and jaws that may require surgical intervention. It involves the treatment of children, adolescents and adults, and the management of dentally anxious and/or medically complex patients. Oral Surgery is provided by Oral Surgeons and by Oral & Maxillofacial Surgeons as the clinical competencies of these two specialist groups overlap. The scope of services includes all patients registered with GP practices within the former NHS Surrey Heartlands ICB geography prior to becoming NHS Surrey & Sussex ICB on 1st April 2026, along with individuals who are not registered with a GP practice but are resident within Surrey. It is intended to award a contract to the existing provider following a direct award process C for the maximum duration of 12 months 1 April 26 - 31 March 27 but which may conclude sooner. The approximate lifetime value of the contract is PS19,122.00 for a maximum term of 12 months. This contract value is activity driven and not fixed. 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) 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-068aaf
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/037581-2026
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award 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
- Large
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
- £19,122 Under £100K
Notice Dates
- Publication Date
- 24 Apr 2026Today
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 31 Mar 20263 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS SURREY AND 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
- BN7 2FZ
- Post Town
- Brighton
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ2 Surrey, East and West Sussex
- Small Region (ITL 3)
- TLJ22 East Sussex CC
- Delivery Location
- TLJ2 Surrey, East and West Sussex
-
- Local Authority
- Lewes
- Electoral Ward
- Lewes Bridge
- Westminster Constituency
- Lewes
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-068aaf-2026-04-24T13:19:02+01:00",
"date": "2026-04-24T13:19:02+01:00",
"ocid": "ocds-h6vhtk-068aaf",
"description": "Award decision makers for this contract are the NHS Surrey Heartlands ICB Primary Care Committee Sub Committee on 14th January 2026. No conflicts of interest have been declared. The relative importance of the key criteria on which the decision to award the contracts is determined is detailed below: 1. QUALITY & INNOVATION 25% Quality * Provider has delivered Level 2 Oral Surgery interventions in line with the nationally recognised competency framework and local specification requirements. * Provider meets all essential regulatory requirements (CQC registration, IRMER compliance, HTM 01-05), which inherently ensures that the service is delivered within a safe and quality-assured environment. * The provider has maintained uninterrupted service delivery without reported safety concerns escalated through statutory channels, indicating that risks have been appropriately managed and that fundamental standards of quality have been upheld. * The continued use of accredited Level 2 performers and ongoing participation in mandatory CPD supports the delivery of safe and appropriate clinical care. * Provider has met >90% patients reporting treatment addressed the clinical need (KPI) and low complication rates (bleeding, infection, additional surgery). * Documented SOPs exist for complications, escalation to secondary care etc Innovation * IMOS providers operate within a digital pathway (DERS), ensuring streamlined access, structured triage, and consistent clinical information exchange. * Provider operates within the nationally aligned model for PROMs and PREMs collection for Oral Surgery. * Use of digital follow-up (home check calls, text surveys, online booking). * Clinical photography integration via DERS. * Techniques reducing complications (e.g., atraumatic extraction protocols). * Evidence-based analgesia and antibiotic stewardship following national guidelines. * Tools to reduce anxiety. * Real-time patient feedback integration. 2. VALUE 15% Efficiency & Delivery Against Contract * This provider has delivered activity within the expected UDA envelope, demonstrating an ability to meet the contractual framework and the operational efficiencies required under NHS dental commissioning. * The Provider has remained operationally stable despite fluctuations in demand and pandemic recovery pressures during the contract term. * 90% treated within 18 weeks (KPI). Cost-Effectiveness * This Provider's integration with the established referral system inherently minimises inappropriate or avoidable escalation to secondary care, delivering cost-effective care within the Level 2 scope. * Efficient appointment utilisation (evenings/weekends offered). Efficiency & Delivery Against Contract * This provider has delivered activity within the expected UDA envelope, demonstrating an ability to meet the contractual framework and the operational efficiencies required under NHS dental commissioning. * The Provider has remained operationally stable despite fluctuations in demand and pandemic recovery pressures. * 90% treated within 18 weeks (KPI). 3. INTEGRATION, COLLABORATION & SERVICE SUSTAINABILITY 20% * The Provider operates within the existing clinical pathway and participates in the MCN as required, which supports pathway consistency and system-wide collaboration. * As an embedded local provider, established clinical relationships exist with both GDP referrers and secondary care, enabling safe escalation and collaborative case management. Sustainability * The service maintains specialist and Level 2 accredited workforce capability within the local system, which is crucial for sustaining IMOS provision and preventing over-reliance on hospital services. * The established premises, equipment and compliant clinical infrastructure provides continuity and resilience for the service. * Support is offered for trainees which contributes to upskilling GDPs on Level 1 exodontia (as required by commissioning intentions). * Evidence of contingency planning for sickness, equipment failure, surges in demand. 4. IMPROVING ACCESS, REDUCING HEALTH INEQUALITIES & FACILITATING CHOICE 20% * The Provider delivers services from fully accessible, CQC-compliant premises already known to local communities, supporting continuity of access and patient choice. * As an established local provider, this organisation serves the surrounding population, including people with limitations on travel, reducing barriers to accessing Level 2 care. * Continued operation ensures the local dental system retains geographically distributed service options, supporting equitable access across Surrey Heartlands. Reduced Inequalities * Compliance with the Equality Act and routine use interpreters and accessible communication formats as required for safe delivery of care. * Monitoring PROMs/PREMs for inequities and demonstrating mitigation actions. * Evidence of MECC delivery (smoking/alcohol screening). * Evening/weekend appointments offered. 5. SOCIAL VALUE 20% * Contribution to local social value through employment of local staff, delivery of MECC-aligned prevention messaging, and participation in community health improvement initiatives inherent to dental service provision. * By maintaining stable, localised IMOS services, providers reduce travel-associated environmental impact compared to consolidated or distant alternatives. * The role in the wider dental workforce ecosystem, including supporting trainees or mentoring, contributes to longer-term workforce sustainability - a key social value outcome in the NHS. Improving Population Health & Wellbeing * Support to patients to understand prevention and self care. * Use of public health data or local insight (e.g. PUFA score prevalence) to tailor interventions. Reducing Health Inequalities * Active Identification of populations with poorer oral health outcomes and service adapted for delivery e.g. appointments, communication formats, location. * Provider monitors inequalities in PROMs/PREMs, not just aggregate results. * Equitable access for people with disabilities, non English speakers (interpreter requirement), those with transport barriers, clinically anxious patients. * Provision of accessible information in multiple languages/formats (as required in the specification). Community Engagement & Patient Voice * Patient feedback informs improvements * The provider engages with the patient groups and local community organisations. Environmental Sustainability * Sustainable waste management (clinical waste requirements are mandated). * Reduced travel where possible via local access and minimising unnecessary appointments. * Use of energy efficient equipment and ventilation systems. Local Economic Value & Workforce Development * Support for dental workforce development, including enabling trainee access * Provision of mentorship, CPD, and collaboration with MCNs. 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.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-068aaf",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "NHS Tier 2 Oral Surgery Services in Surrey Heartlands geography",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85130000",
"description": "Dental practice and related services"
},
"mainProcurementCategory": "services",
"description": "The specialty of Oral Surgery deals with the diagnosis and management of pathology of the mouth and jaws that may require surgical intervention. It involves the treatment of children, adolescents and adults, and the management of dentally anxious and/or medically complex patients. Oral Surgery is provided by Oral Surgeons and by Oral & Maxillofacial Surgeons as the clinical competencies of these two specialist groups overlap. The scope of services includes all patients registered with GP practices within the former NHS Surrey Heartlands ICB geography prior to becoming NHS Surrey & Sussex ICB on 1st April 2026, along with individuals who are not registered with a GP practice but are resident within Surrey.",
"lots": [
{
"id": "1",
"description": "The specialty of Oral Surgery deals with the diagnosis and management of pathology of the mouth and jaws that may require surgical intervention. It involves the treatment of children, adolescents and adults, and the management of dentally anxious and/or medically complex patients. Oral Surgery is provided by Oral Surgeons and by Oral & Maxillofacial Surgeons as the clinical competencies of these two specialist groups overlap. The scope of services includes all patients registered with GP practices within the former NHS Surrey Heartlands ICB geography prior to becoming NHS Surrey & Sussex ICB on 1st April 2026, along with individuals who are not registered with a GP practice but are resident within Surrey. It is intended to award a contract to the existing provider following a direct award process C for the maximum duration of 12 months 1 April 26 - 31 March 27 but which may conclude sooner. The approximate lifetime value of the contract is PS19,122.00 for a maximum term of 12 months. This contract value is activity driven and not fixed. 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"
},
{
"name": "N/A",
"type": "cost",
"description": "0"
}
]
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85130000",
"description": "Dental practice and related services"
}
],
"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) 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": "037581-2026-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-NHS-RTP",
"name": "Surrey & Sussex Healthcare NHS Trust"
}
]
}
],
"parties": [
{
"id": "GB-NHS-S9B9J",
"name": "NHS SURREY AND SUSSEX INTEGRATED CARE BOARD",
"identifier": {
"legalName": "NHS SURREY AND SUSSEX INTEGRATED CARE BOARD",
"id": "S9B9J",
"scheme": "GB-NHS"
},
"address": {
"streetAddress": "Sackville House, Brooks Close",
"locality": "Lewes",
"region": "UKJ2",
"postalCode": "BN72FZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Robert Kitt",
"email": "robert.kitt1@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.surreysussex.icb.nhs.uk/",
"classifications": [
{
"id": "BODY_PUBLIC",
"scheme": "TED_CA_TYPE",
"description": "Body governed by public law"
},
{
"id": "07",
"scheme": "COFOG",
"description": "Health"
}
]
}
},
{
"id": "GB-NHS-RTP",
"name": "Surrey & Sussex Healthcare NHS Trust",
"identifier": {
"legalName": "Surrey & Sussex Healthcare NHS Trust",
"id": "RTP",
"scheme": "GB-NHS"
},
"address": {
"streetAddress": "East Surrey Hospital, Canada Avenue",
"locality": "Redhill",
"region": "UKJ2",
"postalCode": "RH1 5RH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-180720",
"name": "NHS Surrey and Sussex Integrated Care Board",
"identifier": {
"legalName": "NHS Surrey and Sussex Integrated Care Board"
},
"address": {
"locality": "Lewes",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-157944",
"name": "NHSE",
"identifier": {
"legalName": "NHSE"
},
"address": {
"streetAddress": "Skipton House, 80 London Road",
"locality": "London",
"postalCode": "SE1 6LH",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
}
],
"buyer": {
"id": "GB-NHS-S9B9J",
"name": "NHS SURREY AND SUSSEX INTEGRATED CARE BOARD"
},
"contracts": [
{
"id": "037581-2026-1",
"awardID": "037581-2026-1",
"status": "active",
"value": {
"amount": 19122,
"currency": "GBP"
},
"dateSigned": "2026-04-01T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
}
]
},
"language": "en"
}