MSE - Minor Oral Surgery (Dental)
A Contract Award Notice
by MID AND SOUTH ESSEX INTEGRATED CARE BOARD
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- not specified
- Value
- £3M
- Sector
- HEALTH
- Published
- 23 Feb 2026
- Delivery
- not specified
- Deadline
- n/a
Related Terms
Location
Mid and South Essex
2 buyers
8 suppliers
- Clacton Dental Care Watford
- Dentistry for You Leigh on Sea
- Essex Dental Clinic Colchester
- Goodleigh Dental Practice Chelmsford
- Inspire Dental Purfleet Purfleet
- Inspire Dental Rochford Rochford
- Bupa Dental Care Witham
- Hutton Village Dental Practice Cheltenham
Description
Level 2 Minor Oral Surgery contracts are due to expire on the 31st of March 2026. The current contracts commenced in 2019 and were for 5 years with an extension clause of a further 2 years that was enacted. This service was commissioned to enable patients that required dental surgery to be treated in high street practices with the required skills rather than in Secondary care settings to improve patient experience, reduce patient waiting times and to reduce costs and demands on hospital services. Two of the providers, The Essex Dental Clinic and Hutton Village where the provider has an additional Sedation contract to allow Minor Oral Surgery to be carried out under sedation. There are no concerns in regard to performance and quality of the current contract holders. There is a need for the continuation of Minor Oral Surgery services, the ICB Executive have given approval to recommission these contracts for 1 year plus 1 year extension using PSR Direct Award C. This will ensure continued MOS treatment for patients and enable us to reexamine this service when the current reconfiguration of ICB’s and boundaries has taken place with minimum disruption to patients and services. The new contract will commence on 1st April 2026 and if fully extended, run to 31st March 2028. The indicative values of the contract across all 10 contracts including separate sedation contract is £1,726,251.49 exclusive of extension and £3,452,502.99 inclusive of the one year extension option. • The indicative values are calculated based on a cost price per patient treated on past activity and worked out over the next 1 + 1 year.
Total Quantity or Scope
Oral surgery deals with the assessment, diagnosis, care and management of the mouth and jaws when surgical intervention is necessary. Primary Care dental practitioners are expected to undertake simple extractions. Most oral surgery is undertaken in general dental practices, although some patients requiring more complex procedures are referred elsewhere for treatment. The most complex oral surgery is undertaken in hospitals. When a treatment required is too complex to be undertaken in a general dental practice, but not sufficiently complex to be undertaken in a hospital. In these instances, treatment may be referred to and undertaken within a primary care Level 2 Minor Oral Surgery (MOS) service. A patient referred into this service by their General Dental Practice will be triaged and allocated to their nearest available MOS provider, or MOS provider with Sedation, unless patient choice is indicated. Upon receipt of the referral the MOS provider will further assess the patient and if appropriate treat the patient after which they will be discharged back to their GDP.
Award Detail
| 1 | Clacton Dental Care (Watford)
|
| 2 | Dentistry for You (Leigh on Sea)
|
| 3 | Essex Dental Clinic (Colchester)
|
| 4 | Essex Dental Clinic (Colchester)
|
| 5 | Goodleigh Dental Practice (Chelmsford)
|
| 6 | Inspire Dental Purfleet (Purfleet)
|
| 7 | Inspire Dental Rochford (Rochford)
|
| 8 | Bupa Dental Care (Witham)
|
| 9 | Hutton Village Dental Practice (Cheltenham)
|
| 10 | Hutton Village Dental Practice (Cheltenham)
|
Award Criteria
| The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard | 100.0 |
| PRICE | 100.0 |
CPV Codes
- 85131110 - Orthodontic-surgery services
- 85130000 - Dental practice and related services
- 85131100 - Orthodontic services
Indicators
- Award on basis of price.
Legal Justification
Level 2 Minor Oral Surgery contracts are due to expire on the 31st of March 2026. A total of ten (10) contracts will be awarded for MInor Oral Surgery, two of the providers, The Essex Dental Clinic and Hutton Village where the provider has an additional Sedation contract to allow Minor Oral Surgery to be carried out under sedation. There are no concerns in regard to performance and quality of the current contract holders. There is a need for the continuation of Minor Oral Surgery services, the ICB Executive have given approval to recommission these contracts for 1 year plus 1 year extension using PSR Direct Award C. This will ensure continued MOS treatment for patients and enable us to reexamine this service when the current reconfiguration of ICB’s and boundaries has taken place with minimum disruption to patients and services. The new contract will commence on 1st April 2026 and if fully extended, run to 31st March 2028. The value of the contract across all 10 contracts including separate sedation contract is £1,726,251.49 exclusive of extension and £3,452,502.99 inclusive of the one year extension option. 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 Contract 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 Friday 6th March 2026 by email to kevin.edwards@attain.co.uk. This contract has not yet been awarded, this notice serves as an intention to award under the PSR. Written Representations should be sent to kevin.edwards@attain.co.uk The decision makers for award in this instance are the Mid and South Essex ICB Executive Board. All potential conflicts of interest were managed in accordance with the ICB's Declaration of Interests Policy and related governance procedures. All relevant parties are required to declare any actual or perceived conflicts, and appropriate steps be taken to record, review, and manage them in line with national guidance. No conflicts were identified during the process. The Contracting Authority is intending to award the contract to existing providers following a direct award process C. The existing providers are satisfying the requirements of the original contract. The provider have been assessed against the criteria specified for this DAP C process, and the supplier meets the requirements specified, and it is expected that they will satisfy the requirements of the new contract. The incumbent provider is currently meeting contractual requirements in line with the service specification. All five key criteria were assigned equal weighting of 20%, reflecting the balanced importance of each in the context of the service being commissioned. For clarity the key criteria and weights are as follows: key criteria 1. Quality and innovation - 28% key criteria 2. Value - 30% key criteria 3. Integration, collaboration and service sustainability - 16% key criteria 4. Improving access, reducing health inequalities and facilitating choice - 16% key criteria 5. Social value - 10% The basic selection criteria were assessed through a structured review of the provider's financial standing, technical capability, regulatory compliance, and service track record. These assessments confirmed the provider's suitability and capacity to deliver against the contract requirements. The incumbent provider is currently meeting contractual requirements in line with the service specification.
Other Information
Level 2 Minor Oral Surgery contracts are due to expire on the 31st of March 2026. A total of ten (10) contracts will be awarded for MInor Oral Surgery, two of the providers, The Essex Dental Clinic and Hutton Village where the provider has an additional Sedation contract to allow Minor Oral Surgery to be carried out under sedation. There are no concerns in regard to performance and quality of the current contract holders. … The value of the contract across all 10 contracts including separate sedation contract is £1,726,251.49 exclusive of extension and £3,452,502.99 inclusive of the one year extension option. 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 Contract 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 Friday 6th March 2026 by email to kevin.edwards@attain.co.uk. This contract has not yet been awarded, this notice serves as an intention to award under the PSR. Written Representations should be sent to kevin.edwards@attain.co.uk The decision makers for award in this instance are the Mid and South Essex ICB Executive Board. All potential conflicts of interest were managed in accordance with the ICB's Declaration of Interests Policy and related governance procedures. All relevant parties are required to declare any actual or perceived conflicts, and appropriate steps be taken to record, review, and manage them in line with national guidance. No conflicts were identified during the process. The Contracting Authority is intending to award the contract to existing providers following a direct award process C. The existing providers are satisfying the requirements of the original contract. The provider have been assessed against the criteria specified for this DAP C process, and the supplier meets the requirements specified, and it is expected that they will satisfy the requirements of the new contract. The incumbent provider is currently meeting contractual requirements in line with the service specification. All five key criteria were assigned equal weighting of 20%, reflecting the balanced importance of each in the context of the service being commissioned. For clarity the key criteria and weights are as follows: key criteria 1. Quality and innovation - 28% key criteria 2. Value - 30% key criteria 3. Integration, collaboration and service sustainability - 16% key criteria 4. Improving access, reducing health inequalities and facilitating choice - 16% key criteria 5. Social value - 10% The basic selection criteria were assessed through a structured review of the provider's financial standing, technical capability, regulatory compliance, and service track record. These assessments confirmed the provider's suitability and capacity to deliver against the contract requirements. The incumbent provider is currently meeting contractual requirements in line with the service specification.
Reference
- FTS 016176-2026