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
Stacey Thrower
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.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 General Medical Services for Kingsway, Bramingham and Cauldwell Surgeries
Reference number
AG25520
two.1.2) Main CPV code
- 85121100 - General-practitioner services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Arden & Greater East Midlands Commissioning Support Unit (AGCSU) on behalf of NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board (ICB) (referred to as the Commissioner) wish to inform the market of opportunities (multiple lots) to provide Primary Medical Services under a GMS contract for the following Lots:
Lot 1 - Kingsway Health Centre
Lot 2 - Bramingham Health Centre
Lot 3 - Cauldwell Health Centre
The contract length for all Lots is in perpetuity, with a service commencement date of 30th January 2026.
It is anticipated that the service provision resulting from this Competitive Process will have an annual value of £3,801,540.00, divided as below for Lots.
Lot 1 – Kingsway Health Centre (Luton):
Estimated annual baseline contract value: £1,560,652.00
Lot 2 - Bramingham Medical Centre (Luton):
Estimated annual baseline contract value: £901,244.00
Lot 3 - Cauldwell Medical Centre (Bedford):
Estimated annual baseline contract value: £1,339,644.00
Please note the deadline for responses to the Competitive Process is 12:00pm (Mid-Day) on 3rd October 2025.
two.1.5) Estimated total value
Value excluding VAT: £3,801,540
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
C. Lot 1 - Kingsway Health Centre
Lot No
1
two.2.2) Additional CPV code(s)
- 85121100 - General-practitioner services
two.2.3) Place of performance
NUTS codes
- UKH21 - Luton
Main site or place of performance
Kingsway Health Centre
two.2.4) Description of the procurement
Lot 1 - Kingsway Health Centre
Kingsway Health Centre is based in Luton. Please access to Documentation suite on the atamis e-tendering portal for full premises information.
Estimated annual baseline contract value: £1,560,652.00
List Size: 10105.44 (at 1st Apr 25)
Contract Length: in perpetuity
The contract is expected to start on the 30th January 2026.
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: £1,560,652
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2026
End date
29 January 2075
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
D. Lot 2 - Bramingham Health Centre
Lot No
2
two.2.2) Additional CPV code(s)
- 85121100 - General-practitioner services
two.2.3) Place of performance
NUTS codes
- UKH21 - Luton
Main site or place of performance
Bramingham Health Centre
two.2.4) Description of the procurement
Lot 2 - Bramingham Health Centre
Bramingham Health Centre is based in Luton. Please access to Documentation suite on the atamis e-tendering portal for full premises information.
Estimated annual baseline contract value: £901,244.00
List Size: 5835.68 (at 1st Apr 25)
Contract Length: in perpetuity
The contract is expected to start on the 30th January 2026.
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: £901,244
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2026
End date
29 January 2075
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
E. Lot 3 - Cauldwell Health Centre
Lot No
3
two.2.2) Additional CPV code(s)
- 85121100 - General-practitioner services
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
Cauldwell Health Centre
two.2.4) Description of the procurement
Lot 3 - Cauldwell Medical Centre
Cauldwell Medical Centre is based in Bedford. Please access to Documentation suite on the atamis e-tendering portal for full premises information.
Estimated annual baseline contract value: £1,339,644.00
List Size: 9396.21 (at 1st Apr 25)
Contract Length: in perpetuity
The contract is expected to start on the 30th January 2026.
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: £1,339,644
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 January 2026
End date
29 January 2075
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.2.2) Time limit for receipt of tenders or requests to participate
Date
3 October 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
3 October 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 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.
This is a one stage Competitive Process under the Health Care Services (Provider Selection Regime) Regulations 2023.
The Contracting Authority will be using an eTendering system for this procurement exercise.
Further information and the ITT 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: C385430 - General Medical Services for Kingsway, Bramingham and Cauldwell Surgeries
The Basic Selection Criteria are scored on a combination of pass/fail and For Information Only. The award criteria for the Key Criteria Questions are as follows and these will be scored on a combination of a 0-5 scoring mechanism and pass/fail:
Key Criteria: Section 1: Quality & Innovation - 15%
Key Criteria: Section 2: Value - 6%
Key Criteria: Section 3: Integration, Collaboration and Service Sustainability - 49%
Key Criteria: Section 4: Improving Access, Reducing Health Inequalities and Facilitating Choice - 20%
Key Criteria: Section 5: Social Value - 10%
The evaluation stages are as follows:
Stage 1: Preliminary compliance review
Stage 2: Evaluation of the Basic Selection Criteria responses (Sections A – L). Offers that fail any of the required Pass/Fail questions will be disqualified and not considered further.
Stage 3: Evaluation of responses to the Key Criteria Questions (Sections 1 – 5)
Stage 3a: Moderation
Stage 3b: Clarification (if required, at Commissioners discretion)
Stage 3c: Moderation (if required)
Stage 4: Provider Notification of Evaluation Outcome Providers will be notified of the outcome via the AGCSU e-tendering portal.
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 Competitive Process procurement documentation for further details.
Please note the deadline for responses to the Competitive Process is 12:00hrs Friday 3rd October 2025.
six.4) Procedures for review
six.4.1) Review body
Independent patient choice and procurement panel
Wellington House
London
SE1 8UG
Country
United Kingdom