Tender

Provision of General Medical Services for Kingsway, Bramingham and Cauldwell Surgeries

  • NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board

F02: Contract notice

Notice identifier: 2025/S 000-054776

Procurement identifier (OCID): ocds-h6vhtk-05961e

Published 8 September 2025, 4:08pm



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

Email

stacey.thrower@nhs.net

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