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 - John G Plummer & Associates
Reference number: 2526-222
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:
388 848.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKH15
UKH16
UKH17
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
John G Plummer & Associates
V00377
Norwich
UK
NUTS: UKH15
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 388 848.00
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 - This provider is committed to ensuring the highest level of clinical oversight from the very start of the patients journey by consultant led clinical reviews and care planning ensuring the patient is matched to the right clinician and facilities are based on their specific needs.
The provider is continuing an active recruitment drive to increase clinical and administrative capacity, specifically aimed at reducing the 6-month wait for pre-assessments and expand the nurse-led pre-assessment clinics to ensure surgeons spend more time operating and less time on administrative data gathering. The provider is very responsive and has worked with the ICB for the past 3 years improving access to dentistry.
Value - The ICB is assured that this provider meets the conditions stated in the criteria. The IMOS service operates on standardised tariff for every patient assessed and treated model, which ensures that financial resources are directly aligned with patient volume. The ICB only pays for the work that is done, which is good value for money. This model ensures that more patients across the region receive the specialist treatment they require in a timely manner, directly reducing local waiting lists.The provider is committed to long term sustainability and invested on providing the MOS services.
Integration, collaboration and service sustainability - This provider demonstrates escalation of challenges and in contact with ICB commissioners to ensures the continuity and enhancement of these services under the new contract.
Improving access, reducing health inequalities and facilitating choice - This provider has demonstrated and committed to staff training and in managing patients with additional needs and improving access to patients. The provider is implementing a temporary new referral pause to focus on backlog recovery.
Social value - This provider has demonstrated that they will continue outreach programs as a core service component, ensuring that at-need populations are prioritised for integration into the service. They are working towards to progressing through the Green Impact toolkitand meet Social Value criteria by acting as a community health anchor, using outreach and screenings to bring vulnerable populations into care. Under the new contract, the provider commits to environmental excellence by utilising the Green Impact Dentistry Toolkit and supporting the NHS Net Zero carbon targets.
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