PSR Direct Award C- Dental Technician Services to HM Prisons 26-27

A Contract Award Notice
by KENT COMMUNITY HEALTH NHS FOUNDATION TRUST

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
£30K
Sector
HEALTH
Published
24 Dec 2025
Delivery
not specified
Deadline
n/a

Related Terms

Location

Ashford

Geochart for 2 buyers and 1 suppliers

2 buyers

1 supplier

Description

Contract for Clinical Dental Technician Services for Dental Technician Services to HM Prisons 26-27

Total Quantity or Scope

To provide an efficient and effective service that will ensure the delivery of high quality clinical dental technician services to patients in His Majesty's prisons (HMP). Contract to be awarded to existing supplier under PSR Direct Award C Process. 1 year contract.

Award Detail

1 Kent Dentures (Broadstairs)
  • Num offers: 1
  • Value: £30,000
  • Contractor is an SME.

Award Criteria

Quality and innovation 30.0
Value 30.0
Integration, collaboration and service sustainability 15.0
Improving access, reducing health inequalities and facilitating choice 15.0
Social value 10.0
PRICE _

CPV Codes

  • 85130000 - Dental practice and related services

Indicators

  • Award on basis of price.

Other 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 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 decision makers by midnight on 8th January 2026. Award decision makers are: Operational Lead for Dental Services and an appropriately qualified Dental Practitioner. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. There were no conflicts of interest. In accordance with the Provider Selection Regime, the relevant authority identified the key criteria of quality and innovation, value, and integration, collaboration and service sustainability as the most relevant to this service, reflecting the clinical nature of the provision, the requirement for continuity of care, and the need for cost-effective delivery. Assessment of the existing provider's current performance demonstrates that they are delivering the service to a high standard. The provider has consistently met quality and regulatory requirements, including ISO, MHRA, MDR and GDC compliance, and has established effective processes for custom appliance fabrication, patient-centred care and timely delivery. Innovative service delivery is evidenced through the use of dedicated dental technicians, enabling improved access, reduced waiting times and consistently positive patient outcomes, with no complaints or incidents recorded. The service is supported by regular contract review meetings, providing assurance that quality is actively monitored and maintained. In terms of value, the current arrangement represents a cost-effective model when compared with alternative delivery options. The service has remained within agreed budgets, providing financial stability and predictable costs, while delivering demonstrable efficiencies through reduced waiting times and effective resource utilisation. There is no evidence of unexpected cost pressures, and the provider is expected to continue delivering value for money over the contract term. The service is well integrated within existing prison dental services and has demonstrated effective collaboration with clinicians and managers to support seamless patient pathways. Partnership working, personalised design support for complex cases and in-house laboratory capability contribute to service resilience, reduced turnaround times and improved sustainability. Ongoing performance management through contract review mechanisms provides assurance that the provider will continue to meet service requirements. Based on the assessment of current performance and the provider's ability to maintain these standards in the future, it was concluded that the existing provider satisfies the key criteria to a sufficient standard and that continuation of the arrangement represents the most appropriate and proportionate decision.

Reference

  • FTS 086139-2025

Domains