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 - Clacton Dental Care Ltd
Reference number: 2526-223
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:
847 392.00
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
Clacton Dental Care Ltd
07505621
Watford
UK
NUTS: UKH23
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 847 392.00
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 - The service maintains high clinical standards through specialist leadership and agile service design
Agile practice committed to ongoing training and development.
The service has Specialist Oversight: The service is led by a Consultant Oral Surgeon with four dedicated performers. All clinicians undergo a mandatory annual clinical appraisal to ensure ongoing competency.
Demonstrated a good level of Clinical Safety: Robust policies govern the management of clinical emergencies. Post-operative safety is guaranteed via a 7-day-a-week dedicated helpline(A 7-day-a-week out-of-hours (OOH) helpline with direct escalation to an IMOS Surgeon), providing immediate advice and escalation to an IMOS surgeon if a clinical review is required.
The service is committed to process Innovation: the 14-day triage target via the centralised FDS referral handling ensures rapid clinical decision-making. They use administrative pre-screening to verify medical histories before treatment, reducing the risk of "on-the-day" cancellations and improving surgical efficiency.
The service has good level of responsiveness: Following a localised wait-time increase in Great Yarmouth due to surgeon illness, they successfully recruited new specialist staff, reducing wait times from 3 months to under 6 weeks across the entire network.
The service is committed to resilience and patient outcomes- Reducing Great Yarmouth wait times from 3 months to 6 weeks following a specialist vacancy.
Value - The ICB is assured that the provider meets the following criteria and workforce sustainability.
Integration, collaboration and service sustainability - the provider will continue to build on its track record of clinical excellence and system integration by delivering sustainable, collaborative healthcare model that bridges the gap between primary and specialist care. They will continue to work closely with GDPs to support high needs patients, providing clinical discharge summaries ensuring referring dentists are fully equipped with treatment outcomes and follow up requirements to resume preventative care.
Improving access, reducing health inequalities and facilitating choice - The provider is committed to continue to prioritise equitable access for patients with mobility impairments, by ensuring accessibility needs are identified immediately at the point of referral.
They will ensure that wheelchair users and those with limited mobility are routinely treated in ground-floor surgeries, ensuring a seamless and dignified patient experience.
The provider will continue to provide specialised support for patients who might otherwise be "screened out" of primary care settings. Patients with complex medical histories or additional needs will continue to receive dedicated telephone or face-to-face consultations. These sessions allow for bespoke adjustments to be made to the treatment plan, ensuring that the most vulnerable patients receive safe, specialist care within a community setting rather than requiring a hospital referral.
By maintaining these standards, the provider ensures that the new contract will be defined by inclusivity and patient-centered delivery, effectively reaching underserved populations and ensuring that access for all is a reality across the entire contract footprint.
Social value - The provider is committed to the green strategy MESOS portal - current initiatives include:
Minimising carbon emissions through efficient patient and staff scheduling.
Digital Transformation- the provder is moving to paperless communication (SMS/Email) for patient correspondence.
By optimising hot water usage and fostering sustainable behavioral changes among staff the provider is ensuring energy efficiency.
Provider is partnering with PHS for licensed, regulatory-compliant clinical waste disposal, ensuring safe segregation and environmentally responsible handling.
Community Contribution: The service strengthens the local dental economy by workforce recruitment, expanding their Level 2 workforce and skills, supporting GDPs with timely referral pathways, keeping specialist oral health management within the local community.
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