Section one: Contracting authority
one.1) Name and addresses
NHS Norfolk & Waveney Integrated Care Board
County Hall, Martineau Ln
Norwich
NR1 2DH
Contact
Claire Pickard
Country
United Kingdom
Region code
UKH15 - Norwich and East Norfolk
Internet address(es)
Main address
https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/
Buyer's address
https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://atamis-1928.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-1928.my.site.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://atamis-1928.my.site.com/s/Welcome
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
Provision of General Medical Services (GMS) at Kirkley Mill Surgery at Kirkley Mill Health Centre, Lowestoft (Lot 1) and Nelson Medical Centre, Great Yarmouth (Lot 2)
Reference number
AG25512
two.1.2) Main CPV code
- 85121100 - General-practitioner services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Arden and Greater East Midlands Commissioning Support Unit (AGCSU) on behalf of Norfolk and Waveney Integrated Care Board (ICB) (The Commissioner) would like to notify the market of an opportunity to provide General Medical Services (GMS) for the following Lots;
Lot 1 - Kirkley Mill Surgery at Kirkley Mill Health Centre, Lowestoft
Lot 2 - Nelson Medical Centre, Great Yarmouth
The service commencement date for both Lots is 1st October 2026 and will be GMS contracts in perpetuity.
Please note the deadline for responses to the Competitive Process is 12:00PM (Mid-day) on Thursday 5th March 2026.
Note - the Estimated Total Value in section II.1.5 Estimated total value is based on the annual contract value of the 2 lots as they are in perpetuity contracts.
two.1.5) Estimated total value
Value excluding VAT: £1,616,432
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1: Kirkley Mill Surgery at Kirkley Mill Health Centre
Lot No
1
two.2.2) Additional CPV code(s)
- 85121100 - General-practitioner services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
Main site or place of performance
Kirkley Mill Surgery at Kirkley Mill Health Centre, Kirkley Rise, Clifton Road, Lowestoft, Suffolk, NR33 0HF
two.2.4) Description of the procurement
Norfolk and Waveney ICB is seeking to award a General Medical Services contract for the provision of primary medical services and other services at Kirkley Mill Surgery at Kirkley Mill Health Centre from 1st October 2026.
Kirkley Mill Health Centre is located within Lowestoft and the practice is non-dispensing and is within the East Norfolk locality.
Please note in terms of contract length, this will be a GMS contract in perpetuity.
The estimated annual baseline contract value is £900,456 based on (i) a weighted list size of 7,664.68 as of 1st October 2025 and (ii) Global Sum per weighted patient for 25/26 of £44,905 less Out of Hours (OOH) deduction of 4.75% (as IC24 deliver the OOH service across Norfolk & Waveney).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £900,456
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2026
End date
30 September 2040
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 - Nelson Medical Centre
Lot No
2
two.2.2) Additional CPV code(s)
- 85121100 - General-practitioner services
two.2.3) Place of performance
NUTS codes
- UKH15 - Norwich and East Norfolk
Main site or place of performance
Nelson Medical Centre, Pasteur Rd, Great Yarmouth NR31 0DW
two.2.4) Description of the procurement
Norfolk and Waveney ICB is seeking to award a General Medical Services contract for the provision of primary medical services and other services at Nelson Medical Centre from 1st October 2026.
The practice is non-dispensing and is within the East Norfolk locality.
Please note in terms of contract length, this will be a GMS contract in perpetuity.
The estimated annual baseline contract value is £715,976 based on (i) a weighted list size of 6,094.38 as of 1st October 2025 and (ii) Global Sum per weighted patient for 25/26 of £35,705 less Out of Hours (OOH) deduction of 4.75% (as IC24 deliver the OOH service across Norfolk & Waveney).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £715,976
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2026
End date
30 September 2040
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: 2025/S 000-047335
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 March 2026
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 5 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 March 2026
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This is a Provider Selection Regime(PSR) Contract Notice. The awarding of these contracts are subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Procurement Act Regulations 2023 do not apply to this award.
The Contracting Authority will be using an eTendering system for this procurement exercise.
Further information and the Competitive Process documentation can be found via the 'Live Opportunities' list on the e-tendering system at the following link:
https://atamis-1928.my.salesforce-sites.com/?SearchType=Projects
You can also register your interest via this page. You can search for the opportunity by entering the following contract reference:
C410313 - COMP: GMS Services at Kirkley Mill Surgery & Nelson Medical Centre.
The Basic Selection Questions are Pass/Fail and the award criteria for the Key Criteria Questions are as follows and these will be scored on a 0-5 scoring mechanism;
Key Criteria 1: Quality and Innovation: 30.00%
Key Criteria 2: Value: 20.00% (Plus 1Pass/Fail Question)
Key Criteria 3: Integration, Collaboration and Services Sustainability: 20.00%
Key Criteria 4: Improving Access, Reducing Health Inequalities and Facilitating Choice: 20.00%
Key Criteria 5: Social Value: 10.00%
The evaluation stages are as follows;
Stage 1: Preliminary compliance review
Stage 2: Evaluation of the Basic Selection Question responses (Sections A – L) and Key Criteria Questions (Sections 1 – 5)
Stage 3a: Moderation of Basic Selection and Key Criteria Questions
Stage 3b: Clarification (if required)
Stage 3c: Moderation (if required)
Stage 4: Provider notification of evaluation outcome
Neither the publication of this notice nor the employment of any particular terminology nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations.
Please see published procurement documentation for further details.
six.4) Procedures for review
six.4.1) Review body
Independent patient choice and procurement panel
Wellington House
London
SE1 8UG
Country
United Kingdom