← Back to opportunities

Tier 2 Dental Sedation Services in Sussex

NHS Sussex Integrated Care Board

Buyer Contact Info

Buyer Name: NHS Sussex Integrated Care Board

Buyer Address: Lewes, UKJ2, United Kingdom

Contact Email: scwcsu.procurement@nhs.net

Status
complete
Procedure
limited
Value
2562547.72 GBP
Published
04 Feb 2026, 11:02
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
85130000 - Dental practice and related services
Region
n/a
Awarded To
St. Faiths Clinic Ltd
Official Source
Open Find a Tender

Description

NHS Sussex (the Commissioner) are looking to continue the Tier 2 Dental Sedation Services with the current provider in Sussex. After conducting an assessment of the incumbent provider, taking into account the key criteria and applying the basic selection criteria, the Commissioner is content that the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard. The contract term will be for an initial period of 12 months, with an option to extend for a further 12 months at the sole discretion of the Commissioner. The service is anticipated to commence on the 1st April 2026. The total contract value excluding extensions is £1,281,273.86, and £2,562,547.72 including extensions. This transparency notice serves as an intention to award the contract to the incumbent provider, using direct award process C under Provider Selection Regime (PSR).

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot Description: NHS Sussex (the Commissioner) are looking to continue the Tier 2 Dental Sedation Services with the current provider in Sussex. Tier 2 dental sedation services provide dental treatment under conscious sedation for people with more complex medical histories or who need more complex treatment and moderate anxiety management than can be offered by Tier 1 dental services. The clinical standards for sedation in dentistry describe the speciality and the methods for managing anxiety management of which conscious sedation is one option. The term of the existing Sedation contract is due to expire on 31st March 2026 and the Commissioner has proposed that a new contract should replace the existing contract at the end of its term. All requirements outlined in Regulation 6(5) of the Health Care Services (Provider Selection Regime) Regulations 2023 have been met, including not breaching the considerable change threshold, and therefore direct award process C has been deemed the appropriate provider selection process. After conducting an assessment of the incumbent provider, taking into account the key criteria and applying the basic selection criteria, the Commissioner is content that the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard. The contract term will be for an initial period of 12 months, with an option to extend for a further 12 months at the sole discretion of the Commissioner. The service is anticipated to commence on the 1st April 2026. The total contract value excluding extensions is £1,281,273.86, and £2,562,547.72 including extensions. A full procurement for this service is in the pipeline and has a planned start date of April 2027. Other providers in Sussex will have the opportunity to bid for this contract when it is fully procured. This transparency notice serves as an intention to award the contract to the incumbent provider, using direct award process C under Provider Selection Regime (PSR). This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

Lot 1 Status: cancelled

Lot 1 Has Options: No

Lot 1 Award Criterion (quality): The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard

Raw Notice JSON

Expand raw payload
{
  "awards": [
    {
      "id": "009853-2026-1",
      "relatedLots": [
        "1"
      ],
      "status": "active",
      "suppliers": [
        {
          "id": "GB-COH-09615611",
          "name": "St. Faiths Clinic Ltd"
        }
      ]
    }
  ],
  "bids": {
    "statistics": [
      {
        "id": "1",
        "measure": "bids",
        "relatedLot": "1",
        "value": 1
      }
    ]
  },
  "buyer": {
    "id": "GB-FTS-173463",
    "name": "NHS Sussex Integrated Care Board"
  },
  "contracts": [
    {
      "awardID": "009853-2026-1",
      "dateSigned": "2026-02-03T00:00:00Z",
      "id": "009853-2026-1",
      "status": "active",
      "value": {
        "amount": 2562547.72,
        "currency": "GBP"
      }
    }
  ],
  "date": "2026-02-04T11:02:24Z",
  "description": "An assessment against the key criteria (set out in the Provider Selection Regime) was carried out to assess the provider\u0027s performance against the current contract, as well as their likely performance against the new contract, and their ability to deliver safe, high-quality service. \nThe basic selection criteria were applied as part of the DAPC provider assessment and were assessed on a Pass / Fail Basis. The provider attained a \u0027pass\u0027 on all elements of the basic selection criteria. \nMultiple assessment areas were included under each of the key criteria, and each weighted to reflect its importance in service delivery, value, and sustainability:\n\u2022\tQuality \u0026 Innovation (25%): \nSt\u202fFaiths Clinic demonstrates strong, reliable performance in quality and innovation. The latest CQC inspection identified no regulatory breaches, and Friends and Family Test results from June to September\u202f2025 show 100% positive feedback. The provider maintains high clinical governance standards through timely SAAD self audits and responsive engagement with commissioners. Strong on site leadership, effective communication, and structured staff development support consistent service delivery. Robust processes for handling complaints and sharing positive feedback further contribute to continuous improvement and high quality patient care.\n\u2022\tValue (30%):\nSt\u202fFaiths Clinic demonstrates good value through sustained delivery above its commissioned activity, consistently meeting high patient demand and ensuring continuity of dental sedation services. Its ability to maintain performance beyond expected levels reflects efficient use of resources, reliable capacity, and meaningful contribution to the overall effectiveness and stability of sedation provision within NHS Sussex.\n\u2022\tIntegration, Collaboration and Service Sustainability (15%):\nSt\u202fFaiths Clinic is a long\u2011established and stable provider of dental sedation services, demonstrating resilience and consistent capacity to meet patient demand over many years. The clinic maintains strong working relationships with connected organisations across Sussex and Surrey, supporting coordinated care and smooth patient pathways. Its sustained presence, familiarity with regional service needs, and reliable operational model contribute to continuity of provision and alignment with local and national plans for integrated and sustainable service delivery.\n\u2022\tImproving Access, Reducing Health Inequalities and Facilitating Choice (20%)\nSt\u202fFaiths Clinic improves access and helps reduce health inequalities by providing specialist sedation for patients whose needs cannot be met in standard dental settings. By offering appropriate sedation options in a local primary\u2011care environment, the provider supports timely treatment for groups at higher risk of unmet dental need. Clear referral pathways and patient choice further ensure that care is aligned to individual needs, promoting equitable access and better health outcomes.\n\u2022\tSocial Value (10%) \nSt\u202fFaiths Clinic contributes positively to social value by supporting local employment, investing in its surrounding community, and ensuring accessible, inclusive care through a multilingual workforce and appropriate disability adaptations. The provider demonstrates a clear commitment to environmental responsibility through documented sustainability measures, active waste\u2011reduction practices, and engagement with environmentally responsible suppliers. Its long\u2011standing presence and stable service model further support continuity for patients and the local dental workforce, helping maintain community wellbeing and reinforce the wider social benefits of a reliable, locally delivered NHS service.\nThe provider attained a sufficient score to be satisfied of their ability to continue to provide a high quality service for the population whilst ensuring the best value and service continuity for NHS Sussex.\nThe assessments were based on knowledge gained through discussions with the South East Dental Commissioning Team, direct contact with the provider, and historical performance data. \nAward decisions have been recommended by the NHS Sussex Primary Care Commissioning Manager and approved by the Procurement and Provider Selection Steering Group (PPSSG). \nThere are no identified conflicts of interest.\nThis 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 and 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 decision makers by midnight on 17th February 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.\nWritten representations should be sent to scwcsu.procurement@nhs.net.",
  "id": "009853-2026",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-0646a4",
  "parties": [
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Lewes",
        "region": "UKJ2"
      },
      "contactPoint": {
        "email": "scwcsu.procurement@nhs.net"
      },
      "details": {
        "classifications": [
          {
            "description": "Body governed by public law",
            "id": "BODY_PUBLIC",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "Health",
            "id": "07",
            "scheme": "COFOG"
          }
        ],
        "url": "https://www.sussex.ics.nhs.uk/"
      },
      "id": "GB-FTS-173463",
      "identifier": {
        "legalName": "NHS Sussex Integrated Care Board",
        "noIdentifierRationale": "notOnAnyRegister"
      },
      "name": "NHS Sussex Integrated Care Board",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "East Grinstead",
        "region": "UKJ2"
      },
      "details": {
        "scale": "sme"
      },
      "id": "GB-COH-09615611",
      "identifier": {
        "id": "09615611",
        "legalName": "St. Faiths Clinic Ltd",
        "scheme": "GB-COH"
      },
      "name": "St. Faiths Clinic Ltd",
      "roles": [
        "supplier"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Lewes"
      },
      "id": "GB-FTS-173463",
      "identifier": {
        "legalName": "NHS Sussex Integrated Care Board"
      },
      "name": "NHS Sussex Integrated Care Board",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "award",
    "contract"
  ],
  "tender": {
    "classification": {
      "description": "Dental practice and related services",
      "id": "85130000",
      "scheme": "CPV"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "NHS Sussex (the Commissioner) are looking to continue the Tier 2 Dental Sedation Services with the current provider in Sussex.\nAfter conducting an assessment of the incumbent provider, taking into account the key criteria and applying the basic selection criteria, the Commissioner is content that the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard.\nThe contract term will be for an initial period of 12 months, with an option to extend for a further 12 months at the sole discretion of the Commissioner. The service is anticipated to commence on the 1st April 2026.\nThe total contract value excluding extensions is \u00a31,281,273.86, and \u00a32,562,547.72 including extensions. \nThis transparency notice serves as an intention to award the contract to the incumbent provider, using direct award process C under Provider Selection Regime (PSR).",
    "id": "1088120001",
    "items": [
      {
        "deliveryAddresses": [
          {
            "region": "UKJ2"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "100",
              "name": "The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard",
              "type": "quality"
            },
            {
              "description": "30",
              "type": "price"
            }
          ]
        },
        "description": "NHS Sussex (the Commissioner) are looking to continue the Tier 2 Dental Sedation Services with the current provider in Sussex.\nTier 2 dental sedation services provide dental treatment under conscious sedation for people with more complex medical histories or who need more complex treatment and moderate anxiety management than can be offered by Tier 1 dental services. The clinical standards for sedation in dentistry describe the speciality and the methods for managing anxiety management of which conscious sedation is one option.\nThe term of the existing Sedation contract is due to expire on 31st March 2026 and the Commissioner has proposed that a new contract should replace the existing contract at the end of its term.\nAll requirements outlined in Regulation 6(5) of the Health Care Services (Provider Selection Regime) Regulations 2023 have been met, including not breaching the considerable change threshold, and therefore direct award process C has been deemed the appropriate provider selection process.\nAfter conducting an assessment of the incumbent provider, taking into account the key criteria and applying the basic selection criteria, the Commissioner is content that the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard.\nThe contract term will be for an initial period of 12 months, with an option to extend for a further 12 months at the sole discretion of the Commissioner. The service is anticipated to commence on the 1st April 2026.\nThe total contract value excluding extensions is \u00a31,281,273.86, and \u00a32,562,547.72 including extensions. \nA full procurement for this service is in the pipeline and has a planned start date of April 2027. Other providers in Sussex will have the opportunity to bid for this contract when it is fully procured.\nThis transparency notice serves as an intention to award the contract to the incumbent provider, using direct award process C under Provider Selection Regime (PSR).\nThis procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.",
        "hasOptions": false,
        "id": "1",
        "status": "cancelled"
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "limited",
    "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
    "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 the relevant authority by midnight on 17th February 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.",
    "procurementMethodRationaleClassifications": [
      {
        "description": "The procurement falls outside the scope of application of the directive",
        "id": "D_OUTSIDE_SCOPE",
        "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL"
      }
    ],
    "status": "complete",
    "title": "Tier 2 Dental Sedation Services in Sussex"
  }
}