Section one: Contracting authority
one.1) Name and addresses
NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board
Priory House, Monks Walk, Chicksands
Bedfordshire
SG17 5TQ
Contact
Claire Pickard
Country
United Kingdom
Region code
UKH25 - Central Bedfordshire
Internet address(es)
Main address
https://www.bedfordshirelutonandmiltonkeynes.icb.nhs.uk/
Buyer's address
https://www.bedfordshirelutonandmiltonkeynes.icb.nhs.uk/
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
Luton Town Centre Surgery APMS Contract [Direct Award Process C]
Reference number
AG23506
two.1.2) Main CPV code
- 85121100 - General-practitioner services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board (ICB) are awarding an APMS contract for the Provision of Primary Medical Services at Luton Town Centre Surgery in Luton.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,959,192.53
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH21 - Luton
two.2.4) Description of the procurement
The contract is to deliver Primary Care Medical Services at Luton Town Centre Surgery in Luton.
NHS Bedfordshire, Luton and Milton Keynes ICB intends to award a contract to the existing provider, HUC via Direct Award Process C as described in Regulation 9 of the Health Care Services (Provider Selection Regime) Regulations 2023.
As the provider of APMS services at Town Centre, HUC has established relationships in the locality, and within the ICB. HUC continues to provide improved services and has an established local workforce. All parties acknowledged that the current provider works well with partners, supports patients and staff well and is responsive to necessary change. Due to the limited previous interest shown in providing APMS services to the practice population, there have historically been difficulties with securing primary medical services in this area, and the provider has worked well to provide the services required. In light of the above, the preferred option is to continue to commission services from HUC under a Direct Award Process C (DAP C), i.e.
- the provider is currently delivering the contract requirements.
- there is no change proposed to the current contract funding mechanism services provided, or contract type.
The contract start date is 1st April 2026 for a period of 2 Years 6 Months until 30th September 2028.
The approximate total lifetime value of the contract is estimated to be £2,959,192.53 (Annual value of £1,183, 677.01) and is subject to national negotiations of primary care medical services.
two.2.5) Award criteria
Quality criterion - Name: he existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard. / Weighting: 100
Cost criterion - Name: Price / Weighting: 0
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
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 Procurement Act 2023 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 2400hrs (Midnight) 1st September 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 May 2025
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
HUC
Ambulance Headquarters, Ascots Lane,
Welwyn Garden City, Hertfordshire
AL7 4HL
Telephone
+44 8082609934
Country
United Kingdom
NUTS code
- UKH23 - Hertfordshire
National registration number
0030301R
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £2,959,192.53
Total value of the contract/lot: £2,959,192.53
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 Procurement Act 2023 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 2400hrs (Midnight) 1st September 2025 to the following email address: blmkicb.pccc@nhs.net
This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
The decision makers for this process were Primary Care Commissioning and Assurance Committee.
There were no conflicts of interests declared in reaching the decision to award.
A number of key lines of enquiry (KLoEs) were mapped to the five key criteria set out within the PSR as the criteria against which any provider should be assessed. I.e.,
1. Quality and innovation
2. Value
3. Integration, collaboration, and service sustainability
4. Improving access, reducing health inequalities, and facilitating choice
5. Social value
Once the KLoEs had been agreed a project group sought evidence based on information taken from several sources to assess the extent to which the KLoEs had been met during the current contract. This evidence was collated, and a summary narrative position was produced to identify the key elements from their local perspectives, and to produce a comprehensive portfolio of evidence to support a direct award under Direct Award C. The criteria above were weighted with equal importance and evidence documented accordingly from the provider.
Based on the evidence submitted, the Primary Care commissioners were satisfied that the Direct Award of a contract to HUC is in line with the required criteria and are satisfied that HUC is an appropriate and suitable provider for the future.
The assessment against each criterion was undertaken based on the current service delivery model and performance. The supplier meets all the requirements specified to the satisfaction of the Commissioner, and it is expected that they will satisfy the requirements of the new contract going forwards.
six.4) Procedures for review
six.4.1) Review body
NHS England Independent Patient Choice and Procurement Panel
London
London
SE1 8UG
Country
United Kingdom