Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
NHS NORFOLK AND WAVENEY INTEGRATED CARE BOARD
26a
8th Floor, County Hall, Martineau Lane
Norwich
NR12DH
UK
E-mail: nwicb.contractsandprocurement@nhs.net
NUTS: UKH15
Internet address(es)
Main address: https://improvinglivesnw.org.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Minor Oral Surgery Contract - Cambridgeshire Community Services NHS Trust
Reference number: 2526-221
II.1.2) Main CPV code
85130000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Norfolk and Waveney Integrated Care Board (ICB) intend to award a contract to an existing provider following direct award process C;
Level 2 Minor Oral Surgery services available to all primary care dental practices within Norfolk and Waveney ICB area providing an intermediate level of dental surgical care.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
279 408.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKH15
II.2.4) Description of the procurement
NHS Norfolk and Waveney Integrated Care Board (ICB) intend to award a contract to an existing provider following direct award process C;
Level 2 Minor Oral Surgery services available to all primary care dental practices within Norfolk and Waveney ICB area providing an intermediate level of dental surgical care.
This specialty 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. The service will be supported by Level 2 accredited surgeons providing Level 2 Procedures/Conditions in addition to those in level 1.
The criteria ensures that equitable, accessible, cost effective, high quality MOS Services are available to the public locally; deliver safe, high quality, patient-centred oral surgery Services from the practice premises in a primary care setting by named performers; The service will provide consistent, high-quality care based on the quality assurance principles as set out in the PDS agreement;
The Level 2 service is defined as procedures/conditions to be performed or managed by an accredited Level 2 clinician with enhanced skills, competence and experience who may or may not be on a specialist list.
II.2.5) Award criteria
Cost criterion: the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard
/ Weighting: 100
II.2.11) Information about options
Options:
Yes
Description of options:
This contract will run from 1st April 2026 to 31st March 2027 with an option to extend for a further 12 months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
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 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 the relevant authority by [Add date]. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
12/11/2025
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Cambridgeshire Community Services NHS Trust
RYV
St Ives
UK
NUTS: UKH12
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 279 408.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Procurement Act Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to decision makers by midnight on 26th March 2026. This contract has not yet formally been awarded;
They should be submitted in writing to nwicb.contractsandprocurement@nhs.net
Conflicts of Interest: There were no declared conflicts or potential conflicts of interest of individuals involved in the decision making process.
This award was approved by the PCCC committee members on 12th Nov 2025 and approved by the Director of Operational Finance on 12th March 2026.
The provider was assessed on the following key evaluation criteria:
Quality & Innovation - Based on the comprehensive evidence provided, the provider fulfils the requirements for criteria 1 quality and innovation by demonstrating high levels of clinical quality, operational efficiency, and social responsibility.
Value - The ICB is assured that the provider meets the conditions which were demonstrated in the FMT and will be continued in the new contract.
Integration, collaboration and service sustainability - Based on the responses provided, the provider fulfils and will continue to fulfil the requirements for this criteria through service leadership, clinical influence MCNs, operational resilience and care pathways
Improving access, reducing health inequalities and facilitating choice - Based on the responses received the ICB is assured that the provider has demonstrated and will continue to fulfil the following standards under the new contract, including the providers ability to maintain a low average wait of 7 weeks and to prioritise access and improvement. By committing to provide care in a facility with level access, bariatric facilities and wheelchair tippers, the provider ensures that no patient is excluded based on physical disability. The provider commits to maintaining a suite of translation tools and easy-read information, ensuring that health literacy and language barriers do not contribute to health inequalities.The dual-track booking system (digital and telephone) will remain a core feature to ensure equitable access for the elderly and those without digital literacy.
Social value - The ICB is assured that the provider will fulfil this criteria because of a proven track record of Silver Sustainability status, alignment with the NHS Net Zero Supplier Roadmap and the Trust's Green Plan for efficient and resilient estates. Clinical models that reduce the need for general anesthesia (reducing hospital resource pressure) and infrastructure projects (solar panels) that offer significant financial and carbon savings.
VI.4) Procedures for review
VI.4.1) Review body
NHS Norfolk and Waveney Integrated Care Board (ICB)
Norwich
UK
VI.5) Date of dispatch of this notice
16/03/2026