Section one: Contracting authority
one.1) Name and addresses
NHS Staffordshire and Stoke-on-Trent Integrated Care Board
1 Staffordshire Place
Stafford
ST16 2LP
Contact
Kurtis O'Sullivan
Country
United Kingdom
Region code
UKG24 - Staffordshire CC
Internet address(es)
Main address
https://www.staffsstoke.icb.nhs.uk/
Buyer's address
https://www.staffsstoke.icb.nhs.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.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://health-family.force.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 Alternative Primary Medical Services (APMS) at Gordon Street Surgery
Reference number
AG23022
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 Staffordshire and Stoke-on-Trent Integrated Care Board (ICB) (The Commissioner) would like to notify the market of an opportunity to provide Alternative Primary Medical Services under an APMS Contract at Gordon Street Surgery, 72 Gordon Street, Burton-on-Trent, DE14 2JA.
The contract is for a duration of 5 years, the start date is 7th May 2026 and will run until 6th May 2031 with an option for the commissioner to extend for a further 4 years until 6th May 2035.
The contract will be an Alternative Primary Medical Services (APMS) Contract paid at equivalent General Medical Services (GMS) Global Sum rates
Estimated annual baseline contract value: £1,111,119. (£10,000,071 for the total duration) and the estimated annual total income £1,249,080.46 (the total estimated includes the additional Local Enhanced Services (LES) and Universal Offer services that the practice are currently delivering).
Please note the deadline for responses to the Competitive Process is 12:00PM (Mid-Day) on 18th August 2025.
two.1.5) Estimated total value
Value excluding VAT: £10,000,071
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG24 - Staffordshire CC
Main site or place of performance
72 Gordon Street
Burton-on-Trent
DE14 2JA
two.2.4) Description of the procurement
Gordon Street Surgery has an actual patient list size of 10,383 and is located at 72 Gordon Street, Burton-on-Trent, DE14 2JA.
The service is open from 8am to 6.30pm, five days a week excluding Bank Holidays and is operated on an appointment basis.
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: £10,000,071
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
7 May 2026
End date
6 May 2035
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: Yes
Description of options
The contract is for a duration of 5 years, the start date is 7th May 2026 and will run until 6th May 2031 with an option for the commissioner to extend for a further 4 years until 6th May 2035.
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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-008115
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 August 2025
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 August 2025
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 this contract is subject to the HealthCare 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 e-Tendering 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: C341036: COMPETITIVE: Provision of APMS Services at Gordon Street Surgery
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: 10.00%
Key Criteria 2: Value: 12.00%
Key Criteria 3: Integration, Collaboration and Services Sustainability: 38.00%
Key Criteria 4: Improving Access, Reducing Health Inequalities and Facilitating Choice: 30.00%
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 – M)
Stage 3a: Moderation of Basic Selection Questions: Offers that fail any of the required Pass/Fail questions will be disqualified and not considered further
Stage 3b: Clarification (if required, at Commissioners discretion)
Stage 3c: Moderation (if required)
Stage 4: Evaluation of responses to the Key Criteria Questions (Sections 1 – 5)
Stage 5a: Moderation of Key Criteria Questions
Stage 5b: Clarification (if required, at Commissioners discretion)
Stage 5c: Moderation (if required)
Stage 6: 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