Section one: Contracting authority
one.1) Name and addresses
NHS England
7-8 Wellington Place
Leeds, England
LS1 4AP
Country
United Kingdom
Region code
UKI - London
NHS Organisation Data Service
Y56
Internet address(es)
Main address
https://nclhealthandcare.org.uk/icb/
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
NHSE NCL APMS GP Services
Reference number
PRJ-2058
two.1.2) Main CPV code
- 85121100 - General-practitioner services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS North Central London Integrated Care Board (ICB) (hereafter referred to as the "the ICB"), under delegated commissioning on behalf of NHS England (hereafter referred to as "the Authority") is seeking to procure GP Primary Medical Services under Alternative Provider Medical Services(APMS) Contracts delivered from the following sites:
Lot 1 a - Brunswick Medical Centre (39 Brunswick Square, London WC1N 1AF)
Lot 1 b - Somers Town Medical Centre (77- 83Chalton St, London NW1 1HY)
Lot 1 c - Camden Health Improvement Practice(Margarete Centre, St James House, 108Hampstead Road, London, NW1 2LS)
Lot 2 - The Mitchison Road Surgery (2 Mitchison Road, London, N1 3NG)
Lot 3 - The Northern Medical Centre (Holloway Community Health Centre, 11 Hornsey Street ,London, N7 8GG)
Lot 4 - St Ann's Road Surgery (The Laurels Healthy Living Centre, 256 St Ann's Road, London, N155AZ)
Lot 1 a: Contract value of £1,522,079 per annum or£24,194,116 over 15 years
Lot 1 b: Contract value of £2,456,042 per annum or£39,039,870 over 15 years
Lot 1 c: Contract value of £585,000 per annum or£8,775,000 over 15 years
Lot 2 : Contract value of £1,584,417 per annum or£25,185,001 over 15 years
Lot 3: Contract value of £1,347,250 per annum or£21,415,198 over 15 years
Lot 4: Contract value of £2,639,926 per annum or£41,962,814 over 15 years
The decisions applicable to this Procurement will be made by the ICB in line with its Delegation Agreement with the Authority. In circumstances where an ICB has accepted fully delegated responsibility under co-commissioning, the ICB maybe the signatory to the Contract on behalf of the Authority.
The contracts will have an initial term of 5 years (60months), followed by an optional extension of up to5 years (60 months) at the discretion of the commissioner, and followed by a further optional extension of up to 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of up to 15 years (180 months).
The Procurement is being managed by NHS London Commercial Hub (NHS LCH) hosted by NHS North East London, on behalf of the Authority, in connection with a competitive Invitation to Tender(ITT) exercise that is being conducted, based on the competitive process under the Health Care Services (Provider Selection Regime) regulations2023 ("the Regulations" (as amended)).
Further information regarding the Authority is available from:
https://www.england.nhs.uk/about/about-nhsengland/
Further information regarding the ICB is available from:
https://www.nclhealthandcare.org.uk
Previous notice ref: 2025/S 000-011423
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £160,571,999
two.2) Description
two.2.1) Title
Lot 1a - Brunswick Medical Centre
Lot No
1a
two.2.2) Additional CPV code(s)
- 85121100 - General-practitioner services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lot 1a - Brunswick Medical Centre (39 Brunswick Square, London WC1N 1AF)
Lot 1a -Brunswick Medical Centre - The contract will start on April 2026. The estimated contract value is £1,612, 941 per annum or £24,194,116 over 15 years
Lot 1a is part of Lot 1 which is composed by Brunswick Medical Centre, Somers Town Medical Centre - Kings Cross Surgery will merge into Somers Town Medical Centre and Camden Health
Improvement Practice. This lot will have 3 individual contracts and the bidder had to bid for the three contracts
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100%
Price - Weighting: 0%
two.2.11) Information about options
Options: No
two.2.14) Additional information
The contract will have an initial term of 5 years (60months) followed by an optional extension of up to 5 years (60 months) at the discretion of the commissioner, and followed by a further optional extension of up to 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180 months).
This is a Provider Selection Regime (PSR) Contract Notice inviting offers under the Competitive Process (The Health Care Services (Provider Selection Regime) Regulations 2023, Regulation 11).
The awarding of this contract is subject to the HealthCare 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 Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority. Submissions were assessed in line with the award criteria stages specified in the tender documents.
Interested Organisation expressed their interest via Atamis e-tendering portal.
two.2) Description
two.2.1) Title
Lot 1b - Somers Town Medical Centre
Lot No
1b
two.2.2) Additional CPV code(s)
- 85121100 - General-practitioner services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lot 1b - Somers Town Medical Centre (77- 83Chalton St, London NW1 1HY). Kings Cross Surgery will merge into Somers Town Medical Centre
Lot 1b - Somers Town Medical Centre - The contract will start on April 2026. The estimated contract value is £2,602,658 per annum or£39,039,870 over 15 years
Lot 1b is part of Lot 1 which is composed by Brunswick Medical Centre, Somers Town Medical Centre - Kings Cross Surgery will merge into Somers Town Medical Centre and Camden Health Improvement Practice. This lot will have 3 individual contracts and the bidder has to bid for the three contracts
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100%
Price - Weighting: 0%
two.2.11) Information about options
Options: No
two.2.14) Additional information
The contract will have an initial term of up to 5 years (60 months) followed by an optional extension of up to 5 years (60 months) at the discretion of the commissioner, and followed by a further optional extension of up to 5 years (60months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180months).
The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority. Submissions were assessed in line with the award criteria stages specified in the tender documents.
Interested Organisation expressed an interest via Atamis e-tendering portal.
two.2) Description
two.2.1) Title
Lot 1c - Camden Health Improvement Practice
Lot No
1c
two.2.2) Additional CPV code(s)
- 85121100 - General-practitioner services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lot 1c - Camden Health Improvement Centre (Margarete Centre, St James House, 108Hampstead Road, London, NW1 2LS)
Lot 1c- Camden Health Improvement Practice - The contract will start on April 2026. The estimated contract value is £585,000 per annum or£8,775,000 over 15 years
Lot 1c is part of Lot 1 which is composed by Brunswick Medical Centre, Somers Town Medical Centre - Kings Cross Surgery will merge into Somers Town Medical Centre and Camden Health Improvement Practice. This lot will have 3 individual contracts and the bidder has to bid for the three contracts
two.2.5) Award criteria
Quality criterion - Name: 100 / Weighting: %
Price - Weighting: 0%
two.2.11) Information about options
Options: No
two.2.14) Additional information
The contract will have an initial term of 5 years (60months) followed by an optional extension of up to5 years (60 months) at the discretion of the commissioner, and followed by a further optional extension of up to 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180 months).
The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority. Submissions were assessed in line with the award criteria stages specified in the tender documents.
Interested Organisation expressed an interest via Atamis e-tendering portal.
two.2) Description
two.2.1) Title
Lot 2 - Mitchison Road Surgery
Lot No
2
two.2.2) Additional CPV code(s)
- 85121100 - General-practitioner services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lot 2- The Mitchison Road Surgery (2 Mitchison Road, London, N1 3NG)
Lot 2 - The Mitchison Road Surgery -The contract will start on April 2026. The estimated contract value is £1,679,000 per annum or 25,185,001 over 15 years
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100%
Price - Weighting: 0%
two.2.11) Information about options
Options: No
two.2.14) Additional information
The contract will have an initial term of 5 years (60months), followed by an optional extension of up to 5 years (60 months) at the discretion of the commissioner, and followed by a further optional extension of up to 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180 months).
The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority. Submissions will be assessed in line with the award criteria stages specified in the tender documents.
Interested Organisation expressed an interest via Atamis e-tendering portal
two.2) Description
two.2.1) Title
Lot 3 - The Northern Medical Centre
Lot No
3
two.2.2) Additional CPV code(s)
- 85121100 - General-practitioner services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lot 3 - The Northern Medical Centre (Holloway Community Health Centre, 11 Hornsey Street, London, N7 8GG)
Lot 3 - The Northern Medical Centre -The contract will start on April 2026. The estimated contract value is £1,427,679 per annum or £21,415,198 over 15 years
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0%
two.2.11) Information about options
Options: No
two.2.14) Additional information
The contract will have an initial term of 5 years (60months), followed by an optional extension of 5
years (60 months) at the discretion of the commissioner, and followed by a further optional extension of up to 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180 months).
The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority. Submissions will be assessed in line with the award criteria stages specified in the tender documents.
Interested Organisation expressed an interest via Atamis e-tendering portal
two.2) Description
two.2.1) Title
Lot 4- St Ann's Road Surgery
Lot No
4
two.2.2) Additional CPV code(s)
- 85121100 - General-practitioner services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Lot 4 - St Ann's Road Surgery (The Laurels Healthy Living Centre, 256 St Ann's Road, London, N15 5AZ)
Lot 4 - St Ann's Road Surgery - The contract will start on April 2026. The estimated contract value is£2,797,520 per annum or 41,962,814 over 15 years
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100%
Price - Weighting: 0%
two.2.11) Information about options
Options: No
two.2.14) Additional information
The contract will have an initial term of 5 years (60months), followed by an optional extension of 5 years (60 months) at the discretion of the commissioner, and followed by a further optional extension of up to 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180 months).
The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority. Submissions will be assessed in line with the award criteria stages specified in the tender documents.
Interested Organisation expressed an interest via Atamis e-tendering portal.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 123-123456
Section five. Award of contract
Contract No
Lot 1a
Lot No
Lot 1a
Title
Lot 1 a - Brunswick Medical Centre
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 January 2026
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
James Wigg Group Practice
London
Country
United Kingdom
NUTS code
- UKI - London
NHS England National Practice Code
F83023
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £24,194,116
Total value of the contract/lot: £24,194,116
Section five. Award of contract
Contract No
Lot 1b
Lot No
Lot 1b
Title
Lot 1b - The Mitchison Road Surgery
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 January 2026
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
James Wigg Group Practice
London
Country
United Kingdom
NUTS code
- UKI - London
NHS England National Practice Code
F83023
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £39,039,870
Total value of the contract/lot: £39,039,870
Section five. Award of contract
Contract No
Lot 1c
Lot No
Lot 1c
Title
Lot 1c - Camden Health Improvement Practice(
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 January 2026
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
James Wigg Group Practice
London
Country
United Kingdom
NUTS code
- UKI - London
NHS England National Practice Code
F83023
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £8,775,000
Total value of the contract/lot: £8,775,000
Section five. Award of contract
Contract No
Lot 2
Lot No
Lot 2
Title
Lot 2 - The Mitchison Road Surgery
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 January 2026
five.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received by electronic means: 15
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Lawrence House Group
London
Country
United Kingdom
NUTS code
- UKI - London
NHS England National Practice Code
F85007
Internet address
https://surgery.lawrencehousegroup.co.uk/
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £25,185,001
Total value of the contract/lot: £25,185,001
Section five. Award of contract
Contract No
Lot 3
Lot No
Lot 3
Title
Lot 3 - The Northern Medical Centre
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 January 2026
five.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received by electronic means: 11
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
James Wigg Group Practice
London
Country
United Kingdom
NUTS code
- UKI - London
NHS England national Practice Code
F83023
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £21,415,198
Total value of the contract/lot: £21,415,198
Section five. Award of contract
Contract No
Lot 4
Lot No
Lot 4
Title
Lot 4 -St Ann's Road Surgery
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 January 2026
five.2.2) Information about tenders
Number of tenders received: 20
Number of tenders received by electronic means: 20
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Haringey GP Federation
London
Country
United Kingdom
NUTS code
- UKI - London
Companies House
10180486
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £41,962,814
Total value of the contract/lot: £41,962,814
Section six. Complementary information
six.3) Additional 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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 11 February 2026.
This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. Written representations should be sent to the following email address:
Conflicts of Interest:
All evaluators, decision makers, bidders and any other relevant persons were required to declare any conflicts. A Conflict register was maintained and appropriate mitigations were agreed for any declarations made.
Relative Importance of the Key Criteria:
Further information is provided in the associated procurement documents on the Atamis portal: https://atamis-1928.my.site.com/s/Welcome
Rationale for the Relative Importance of the Key Criteria:
A cross-functional team were involved in delivering this project. The Authority set out to receive responses from suitably qualified and experienced healthcare providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services as set out in the Specification in a safe and effective manner.
The Selection Questionnaire (SQ) was based on the standard Cabinet Office document, with the ITT Questionnaires being comprised of a detailed scoring methodology, the weighting criteria was published within the ITT documentation in accordance with procurement regulations.
Further information is provided in the associated procurement documents on the Atamis portal: https://atamis-1928.my.site.com/s/Welcome
Rationale for Provider Selection:
The Exclusions and Basic Selection Criteria responses were evaluated first, any bidder who failed the SQ would not progress further in the procurement process and would be disqualified.
Based on the outcome of the evaluation, and in line with the criteria stipulated by the Authority within the documentation, it was recommended that the contract be awarded to the highest-scoring Bidder in each Lot.
Decision Makers:
The award report was endorsed by NHS North Central London Procurement Group and approved by Primary Care Committee.
six.4) Procedures for review
six.4.1) Review body
NHS North Central London Integrated Care Board
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The standstill period will run from the 2nd of February 2026 (00:00am) until the 11th of February 2026 (23:59pm).