Kent County Council has published this notice through Delta eSourcing
| Notice Summary |
|---|
| Title: | The Kent Dental Epidemiology Survey and the Kent Oral Health Promotion Programme |
| Notice type: | Contract Award Notice |
| Authority: | Kent County Council |
| Nature of contract: | Services |
| Procedure: | Award without prior publication |
| Short Description: | 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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to decision makers by midnight on 17 December 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. The service delivers a comprehensive Oral Health and Dental Epidemiology programme across Kent County Council’s area. It fulfils statutory responsibilities under the Public Health England Dental Public Health Intelligence Programme, ensuring biennial dental epidemiology surveys are conducted to monitor population oral health. The approach is evidence-based and aligned with national guidance and Kent’s public health priorities, focusing on prevention and reducing oral health inequalities. Key elements include the continuation of the Supervised Toothbrushing Programme, delivery of a pilot in one SEND school, and quality assurance of the expanded, externally funded toothbrushing programme until December 2027. The service also provides targeted oral health promotion, workforce training, and maintains a network of Oral Health Improvement Champions within Family Hubs and other community settings. Collaborative working with education, health, and community partners ensures oral health is embedded into wider health and wellbeing initiatives, supporting improved outcomes for children and vulnerable groups across Kent. |
| Published: | 05/12/2025 15:29 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Kent County Council
Kent County Council | Sessions House, Maidstone, County Road, Maidstone, ME14 1XQ, United Kingdom
Tel. +44 3000416375, Email: nicola.foster@kent.gov.uk
Contact: Nicola Foster
Main Address: www.kent.gov.uk
NUTS Code: UKJ4
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
Health
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: The Kent Dental Epidemiology Survey and the Kent Oral Health Promotion Programme
Reference number: CN250189
II.1.2) Main CPV code:
85323000 - Community health services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: 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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to decision makers by midnight on 17 December 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
The service delivers a comprehensive Oral Health and Dental Epidemiology programme across Kent County Council’s area. It fulfils statutory responsibilities under the Public Health England Dental Public Health Intelligence Programme, ensuring biennial dental epidemiology surveys are conducted to monitor population oral health. The approach is evidence-based and aligned with national guidance and Kent’s public health priorities, focusing on prevention and reducing oral health inequalities.
Key elements include the continuation of the Supervised Toothbrushing Programme, delivery of a pilot in one SEND school, and quality assurance of the expanded, externally funded toothbrushing programme until December 2027. The service also provides targeted oral health promotion, workforce training, and maintains a network of Oral Health Improvement Champions within Family Hubs and other community settings. Collaborative working with education, health, and community partners ensures oral health is embedded into wider health and wellbeing initiatives, supporting improved outcomes for children and vulnerable groups across Kent.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 723,009
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKJ4 - Kent
Main site or place of performance:
Kent
II.2.4) Description of the procurement: 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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to decision makers by midnight on 17 December 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Proposed Contract Start and End Date: 01/01/2026 – 31/12/2029
The information required against the Key Criteria under Direct Award C was assessed by an evaluation panel consisting of Chloe Nelson (Senior Commissioner), Abenaa Gyamfuah-Assibey (Specialist), and Wendy Jefferys (Consultant). The evaluation was moderated by Nicola Foster, and the decision to intend to award the contract was taken by Dr Anjan Ghosh.
The incumbent supplier was assessed according to the process outlined within the Direct Award C procedure, which consisted of:
An assessment of whether the contract is changing considerably
Due diligence undertaken as part of the Basic Selection Criteria
An assessment of whether the provider is doing a good job against the existing contract
An assessment of whether the provider is likely to continue to do a good job against the new contract
The assessment concluded the contract was not changing considerably. Due diligence confirmed the organisation meets all necessary requirements and is suitable for selection.
Performance against the five key criteria was assessed with the following weightings:
Quality and innovation – 25% | Value – 25% | Integration, collaboration and sustainability – 20% | Improving access and reducing inequalities – 20% | Social value – 10%
The provider was deemed to be delivering a good service and likely to continue doing so under the new contract. Following successful completion of all required aspects of the Direct Award C process, the provider met the threshold for eligibility.
Conflicts of interest were managed throughout the procurement process, and none were declared.
II.2.5) Award criteria:
Price - Weighting: 10
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below (please complete Annex D1)
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: CN250189
Lot Number: Not Provided
Title: The Kent Dental Epidemiology Survey and the Kent Oral Health Promotion Programme
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/12/2025
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Kent Community Health NHS Foundation Trust, 04088589
RYY Trinity House, Eureka Park,, Ashford, TN25 4AZ, United Kingdom
NUTS Code: UKJ4
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 723,009
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.kentbusinessportal.org.uk/delta/viewNotice.html?noticeId=999286567
VI.4) Procedures for review
VI.4.1) Review body
Kent County Council
Sessions House, County Road, Maidstone, ME14 1XQ, United Kingdom
Tel. +44 3000413490, Email: nicola.foster@kent.gov.uk
Internet address: www.kent.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 05/12/2025
ANNEX D
2. Other justification for the award of the contract without prior publication of a call for competition in the Official Journal of the European Union
The procurement falls outside the scope of application of the directive: Yes
3. Explanation
This 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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to decision makers by midnight of the 5 December 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR