Contract Awarded for Tier 2 Dental Restorative Services in Sussex
Summary
NHS Sussex Integrated Care Board has awarded a contract for Tier 2 Dental Restorative Services to the incumbent provider. The contract is valued at £90,400 initially, with an option to extend, and is set to commence on April 1, 2026.
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 is being awarded to the incumbent provider under a direct award process, citing satisfactory performance and assessment against key criteria. The initial contract term is 12 months, with a potential 12-month extension, and is valued at £90,400, potentially rising to £180,800 including extensions. The service is expected to begin on April 1, 2026.
This is a contract award notice, not a new regulation or guidance. For regulated entities, this signifies the continuation of existing services with the current provider. There are no new compliance obligations or deadlines for external parties arising from this notice. The primary implication is for the awarded provider and the contracting authority regarding service delivery and management.
Source document (simplified)
Contract
Tier 2 Dental Restorative Services in Sussex
- NHS Sussex Integrated Care Board F03: Contract award notice
Notice identifier: 2026/S 000-024830
Procurement identifier (OCID): ocds-h6vhtk-066e20
Published 18 March 2026, 4:47pm
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
1285030005
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 £90,400, and £180,800 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: £180,800
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 £90,400, and £180,800 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
Option to extend for 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
E Lazanakis Ltd
Brighton
Country
United Kingdom
NUTS code
- UKJ2 - Surrey, East and West Sussex
Companies House
05887704
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £180,800
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%):
E Lazanakis Ltd ensures high quality of care and staff development through several coordinated actions. They implement individualized Personal Development Plans (PDPs) with SMART objectives for all staff, promoting ongoing professional growth and skill maintenance. Rigorous qualification checks are in place for clinical and non-clinical staff, including verification of professional registrations, specialist qualifications, safeguarding training, and compliance with required certifications. All documentation and compliance tracking are managed via a centralized cloud-based HR platform, which automates alerts for renewals, monitors training completion, and streamlines workforce management. The Clinical Director oversees a digital database of performer accreditations, conducts quarterly reviews of competency, and ensures that any concerns are promptly addressed through targeted supervision or additional training. Staff and patient feedback is promoted and complaints are recorded and managed in line with the provider's complaints policy. Feedback is acted upon and improvements and actions are taken to address concerns raised. These measures collectively support continuous staff development and uphold high standards of patient care.
• Value (30%):
E Lazanakis Ltd demonstrates significant value as a provider of restorative dental services within NHS Sussex by consistently meeting high patient demand and maintaining service continuity. Their ability to absorb increased referral numbers after other providers ceased operations has helped ensure that patients continue to receive timely care in primary settings, thereby reducing the risk of longer waiting times and higher costs associated with secondary care referrals. This ongoing commitment to service effectiveness is reflected in their contract performance and financial contributions, supporting the overall value and stability of dental restorative services in the area.
• Integration, Collaboration and Service Sustainability (15%):
E Lazanakis Ltd's dedication to integrated healthcare and collaboration is evident through the Susses Dental Group's participation in urgent dental care schemes, swift mobilisation during the Covid-19 health emergency, and partnerships with local organizations to serve vulnerable groups. By fostering close working relationships with colleagues across the NHS, E Lazanakis Ltd ensures its services are well-coordinated, patient-centred, and responsive to the evolving needs of the region, thereby supporting both national and local NHS objectives for integrated, high-quality care.
• Improving Access, Reducing Health Inequalities and Facilitating Choice (20%)
E Lazanakis Ltd demonstrates a strong commitment to improving access and reducing health inequalities by ensuring fully accessible, DDA-compliant premises; offering extended opening hours, including early mornings, late evenings, and Saturdays; providing accessible transportation options such as disabled parking and proximity to bus and train routes; and facilitating communication through multiple channels, translation services, and multilingual staff. Information and appointments are easily accessible online and by phone, with support for diverse patient needs.
• Social Value (10%)
E Lazanakis Ltd prioritizes sustainability, environmental responsibility, patient safety, and regulatory compliance.
The provider improves local access to dental care and supports the economy by offering services nearby. Responsible sourcing and bulk ordering reduce their environmental impact. Sussex Dental Group promotes inclusivity with a diverse staff representing the community, supports gender equality, and assists staff with caring responsibilities and disabilities. The practice ensures accessible care and has supported the community through hosting an Urgent Care Hub during Covid and partnering with a local care home. Staff development programs, mental health policies, and cultural inclusivity further demonstrate their commitment to social value and staff well-being. The provider attained a sufficient score to be satisfied of their ability to continues to provide a high quality service for the population whilst ensuring the best value and service continuity for NHS Sussex.
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.