Contract Award Notice for Dental Services in Sussex
Summary
NHS Sussex Integrated Care Board has issued a contract award notice for Tier 2 Dental Restorative Services in Sussex. The contract, valued at £356,175 initially with potential extensions, is awarded to the incumbent provider under a direct award process.
What changed
This notice announces the award of a contract for Tier 2 Dental Restorative Services in Sussex by the NHS Sussex Integrated Care Board. The contract, valued at £356,175 (with a potential total of £712,350 including extensions), is awarded to the incumbent provider using a direct award process under the Provider Selection Regime. The service is expected to commence on April 1, 2026, with an initial term of 12 months and an option for a further 12-month extension.
While this is a contract award notice and not a new regulation, entities involved in public procurement within the UK healthcare sector should note the use of direct award processes and the specific CPV code (85130000 - Dental practice and related services). The notice also mentions a planned merger of NHS Sussex ICB and NHS Surrey Heartlands ICB on April 1, 2026, which may affect future contract administration. No specific compliance actions are required by this notice for external parties, as it pertains to an award decision.
Source document (simplified)
Contract
Tier 2 Dental Restorative Services in Sussex
- NHS Sussex Integrated Care Board F03: Contract award notice
Notice identifier: 2026/S 000-024829
Procurement identifier (OCID): ocds-h6vhtk-066e1f
Published 18 March 2026, 4:41pm
Watch this notice
Contents
one. Contracting authority Press escape key to exit two. Object four. Procedure five. Award of contract six. Complementary information
Download
Share this notice
- Copy link Print this notice Report concerns about this procurement ## Section one: Contracting authority
one.1) Name and addresses
NHS Sussex Integrated Care Board
Lewes
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.sussex.ics.nhs.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Tier 2 Dental Restorative Services in Sussex
Reference number
1005690000 and 7891270001
two.1.2) Main CPV code
Dental practice and related services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Sussex (the Commissioner) are looking to continue the Tier 2 Dental Restorative 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 £356,175, and £712,350 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).
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £712,350
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
NHS Sussex (the Commissioner) are looking to continue the Tier 2 Dental Restorative Services with the current provider in Sussex. While this procurement exercise is being launched by NHS Sussex ICB, the Provider should note that, following the planned merger of NHS Sussex ICB and NHS Surrey Heartlands ICB on 1 April 2026, the awarding authority for the resulting contract will be the newly established NHS Surrey and Sussex ICB.
Tier 2 dental restorative services provide care for patients who have complex oral and dental problems involving replacing missing teeth, repairing damaged teeth or restoration of the whole mouth.
There are three types of restorative dentistry:
• Periodontal care manages gum disease
• Endodontic care manages the root and remaining tooth tissue usually carried out by root canal treatment
• Prosthodontic care includes diagnosis, care planning and provision of clinical treatments including crowns, bridges, dentures and occlusal splints.
Tier 2 restorative services treat more complex cases than can be managed by Tier 1 dental practices as defined in the commissioning guide for restorative dentistry.
The term of the existing Restorative 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 £356,175, and £712,350 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.
two.2.5) Award criteria
Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100
Price - Weighting: 0
two.2.11) Information about options
Options: Yes
Description of options
Optional extension of a further 12 months at the sole discretion of the Commissioner.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations 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 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 31st March 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 March 2026
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Bruno Vieira Da Costa
Crawley
Country
United Kingdom
NUTS code
- UKJ2 - Surrey, East and West Sussex
Justification for not providing organisation identifier
Not on any register
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £712,350
Section six. Complementary information
six.3) Additional information
An assessment against the key criteria (set out in the Provider Selection Regime) was carried out to assess the provider's performance against the current contract, as well as their likely performance against the new contract, and their ability to deliver safe, high-quality service.
The basic selection criteria were applied as part of the DAPC provider assessment and were assessed on a Pass / Fail Basis. The provider attained a 'pass' on all elements of the basic selection criteria.
Multiple assessment areas were included under each of the key criteria, and each weighted to reflect its importance in service delivery, value, and sustainability:
• Quality & Innovation (25%):
Bruno Vieira Da Costa demonstrates strong, reliable performance in quality and innovation through a combination of supportive management, robust communication channels and a strong focus on staff development and wellbeing. The latest CQC inspection identified no regulatory breaches, and Friends and Family Test results from Feb 2025 show 100% positive feedback. Robust processes for handling complaints and sharing positive feedback further contribute to continuous improvement and high quality patient care. Engagement with the provider is responsive.
• Value (30%):
Bruno Vieira Da Costa demonstrates good value through consistent delivery of activity, consistently meeting high patient demand and ensuring continuity of dental restorative services. His ability to maintain performance beyond expected levels reflects efficient use of resources, reliable capacity, and meaningful contribution to the overall effectiveness and stability of restorative provision within NHS Sussex.
• Integration, Collaboration and Service Sustainability (15%):
Bruno Vieira Da Costa is a long‑established and stable provider of dental restorative services, demonstrating resilience and consistent capacity to meet patient demand over many years. The clinic maintains strong working relationships with connected organisations across Sussex, 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.
• Improving Access, Reducing Health Inequalities and Facilitating Choice (20%)
Bruno Vieira Da Costs demonstrates commitment to improving access to care for local residents and those facing health inequalities by ensuring clear appointment pathways, reasonable adjustments, and supportive communication for patients with additional needs. They address barriers to treatment through transparent pricing and staged treatment options, while fostering an inclusive and culturally sensitive environment that utilises interpreters and translated materials when possible. Targeted prevention, patient education, and collaboration with local organizations further support higher-risk groups. Robust safeguarding, fair policies, and respect for all patients and staff are central to their approach. This strategy enhances accessibility, reduces health inequalities, and increases patient choice in a local primary care setting.
• Social Value (10%)
Bruno Vieira Da Costs demonstrates awareness and a clear commitment to environmental performance while upholding patient safety and regulatory standards. Their proactive, evidence-based prevention and education strategies benefit the community's social, economic, and environmental health. By prioritizing high-risk patients and collaborating with local partners, they ensure access to essential support services like smoking cessation, diabetes management, mental health, and other community resources. These efforts build stronger community networks, promote healthier lifestyles, and enhance local resilience.
The 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.
The assessments were based on knowledge gained through discussions with the South East Dental Commissioning Team, direct contact with the provider, and historical performance data.
Award decisions have been recommended by the NHS Sussex Primary Care Commissioning Manager and approved by the Procurement and Provider Selection Steering Group (PPSSG).
There are no identified conflicts of interest.
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 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 31st March 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Written representations should be sent to scwcsu.procurement@nhs.net.
six.4) Procedures for review
six.4.1) Review body
NHS Sussex Integrated Care Board
Lewes
Country
United Kingdom
Related changes
Source
Classification
Who this affects
Taxonomy
Browse Categories
Get Trade & Sanctions alerts
Weekly digest. AI-summarized, no noise.
Free. Unsubscribe anytime.
Get alerts for this source
We'll email you when Find a Tender - Latest Notices publishes new changes.