Contract

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

  • NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-082216

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

Published 11 December 2025, 5:00pm



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.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

******THIS IS AN INTENTION TO AWARD NOTIFICATION******

NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board (ICB) (referred to as the Commissioner) intends to award a General Medical Services (GMS) contract for the provision of Primary Medical Services, following a robust Competitive Process under The Health Care Services (Provider Selection Regime) Regulations 2023 to each the following Providers:

Lot 1 - Kingsway Health Centre - Modality MMS
Lot 2 - Bramingham Health Centre - Modality MMS
Lot 3 - Cauldwell Health Centre - The De Parys Group

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,801,540

two.2) Description

two.2.1) Title

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

two.2.4) Description of the procurement

NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board (ICB) (referred to as the Commissioner) intends to award a General Medical Services (GMS) contract for the provision of Primary Medical Services, following a robust Competitive Process under The Health Care Services (Provider Selection Regime) Regulations 2023.

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.

This is an existing service and has been awarded to a new provider.

The Key Criteria were weighted as follows;
• Quality and Innovation 12%
• Value 20%
• Integration, Collaboration & Service Sustainability 40%
• Improving access, reducing health inequalities and facilitating Choice 18%
• Social Value 10%

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 12

Quality criterion - Name: Value / Weighting: 20

Quality criterion - Name: Integration, Collaboration & Service Sustainability / Weighting: 40

Quality criterion - Name: Improving access, reducing health inequalities and facilitating Choice / Weighting: 18

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: Value

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.2.14) 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 Regulations 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 in writing to the Contracting Authority via the Atamis e-tendering portal by 2400hrs (Midnight) on Wednesday 25th December 2025 to:

'NHS Bedfordshire, Luton & Milton Keynes Integrated Care Board re: Project Reference: C385430 - General Medical Services for Kingsway, Bramingham and Cauldwell Surgeries'

This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.

two.2) Description

two.2.1) Title

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

two.2.4) Description of the procurement

NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board (ICB) (referred to as the Commissioner) intends to award a General Medical Services (GMS) contract for the provision of Primary Medical Services, following a robust Competitive Process under The Health Care Services (Provider Selection Regime) Regulations 2023.

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.

This is an existing service and has been awarded to a new provider.

The Key Criteria were weighted as follows;
• Quality and Innovation 12%
• Value 20%
• Integration, Collaboration & Service Sustainability 40%
• Improving access, reducing health inequalities and facilitating Choice 18%
• Social Value 10%

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 12

Quality criterion - Name: Value / Weighting: 20

Quality criterion - Name: Integration, Collaboration & Service Sustainability / Weighting: 40

Quality criterion - Name: Improving access, reducing health inequalities and facilitating Choice / Weighting: 18

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: Value

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.2.14) 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 Regulations 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 in writing to the Contracting Authority via the Atamis e-tendering portal by 2400hrs (Midnight) on Wednesday 25th December 2025 to:

'NHS Bedfordshire, Luton & Milton Keynes Integrated Care Board re: Project Reference: C385430 - General Medical Services for Kingsway, Bramingham and Cauldwell Surgeries'

This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.

two.2) Description

two.2.1) Title

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

two.2.4) Description of the procurement

NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board (ICB) (referred to as the Commissioner) intends to award a General Medical Services (GMS) contract for the provision of Primary Medical Services, following a robust Competitive Process under The Health Care Services (Provider Selection Regime) Regulations 2023.

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.

This is an existing service and has been awarded to a new provider.

The Key Criteria were weighted as follows;
• Quality and Innovation 12%
• Value 20%
• Integration, Collaboration & Service Sustainability 40%
• Improving access, reducing health inequalities and facilitating Choice 18%
• Social Value 10%

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 12

Quality criterion - Name: Value / Weighting: 20

Quality criterion - Name: Integration, Collaboration & Service Sustainability / Weighting: 40

Quality criterion - Name: Improving access, reducing health inequalities and facilitating Choice / Weighting: 18

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: Value

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.2.14) 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 Regulations 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 in writing to the Contracting Authority via the Atamis e-tendering portal by 2400hrs (Midnight) on Wednesday 25th December 2025 to:

'NHS Bedfordshire, Luton & Milton Keynes Integrated Care Board re: Project Reference: C385430 - General Medical Services for Kingsway, Bramingham and Cauldwell Surgeries'

This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.


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 000-054776


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 October 2025

five.2.2) Information about tenders

Number of tenders received: 12

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Modality MMS

Orsborn House, 55 Terrace Rd

Birmingham

B19 1BP

Country

United Kingdom

NUTS code
  • UKG3 - West Midlands
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: £1,560,652

Total value of the contract/lot: £1,560,652


Section five. Award of contract

Lot No

2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 October 2025

five.2.2) Information about tenders

Number of tenders received: 14

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Modality MMS

Orsborn House, 55 Terrace Rd

Birmingham

B19 1BP

Country

United Kingdom

NUTS code
  • UKG3 - West Midlands
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: £901,244

Total value of the contract/lot: £901,244


Section five. Award of contract

Lot No

3

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 October 2025

five.2.2) Information about tenders

Number of tenders received: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

The De Parys Group

23 De Parys Avenue

Bedford

MK40 2TX

Country

United Kingdom

NUTS code
  • UKH2 - Bedfordshire and Hertfordshire
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: £1,339,644

Total value of the contract/lot: £1,339,644


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 in writing to the Contracting Authority via the Atamis e-tendering portal by 2400hrs (Midnight) on Wednesday 24th December 2025 to:

'NHS Bedfordshire, Luton & Milton Keynes Integrated Care Board re: Project Reference: C385430 - General Medical Services for Kingsway, Bramingham and Cauldwell Surgeries'

This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.

The award decision makers are as below;

Governance Board:
Primary Care Delivery Group

Project Group:
BLMK - Director of Primary Care & Community Integration
BLMK - Head of Integrated Primary Care
BLMK - Head of Primary care Finance
BLMK - Primary Care GP Contract and Development Manager
BLMK - Head of Integrated Primary Care
AGEM - Senior Procurement Manager

Evaluators:

BLMK:
Project Manager – BLMK Estates Team
Senior Finance Manager
Senior Primary Care manager
Head of Integrated Primary Care
Head of Primary care Finance
Primary Care Workforce transformation Manager
Senior People Partner
Associate Director Safeguarding and Vulnerabilities
Head of Digital Delivery
Associate Director of System & ICB Estates
Primary Care GP Contract and Development Manager
Senior People Partner
AD Quality, Improvement & Health Equity
Head of Integrated Primary Care
Associate Director of Sustainability and Growth

Healthwatch:
Chair of Healthwatch, Luton

Four Conflicts of interest identified throughout the process, and these were dealt with through agreement with the evaluators that no prior knowledge or bias would be used in the process and having a robust evaluation panel where on average there were 3 evaluators. One of the individuals with a conflict was not an evaluator and was not involved in the evaluation or moderation of the process.

The Key Criteria were weighted as follows:
• Quality and Innovation 12%
• Value 20%
• Integration, Collaboration & Service Sustainability 40%
• Improving access, reducing health inequalities and facilitating Choice 18%
• Social Value 10%

The weighting of the key criteria have been deemed by the commissioner to be the most suitable for this service with Integration, Collaboration & Service Sustainability being weighted the highest at 40%.

In their respective lots the preferred providers scored a pass on all of the pass / fail questions within the Basic Selection Criteria and scored the highest overall for the Key Criteria Questions (Sections 1, 2, 3, 4, and 5) against the published scoring criteria (set out at paragraph 27.3.2 of the Competitive Process – Overview and Instructions).

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

Internet address

https://www.england.nhs.uk/commissioning/how-commissioning-is-changing/nhs-provider-selection-regime/independent-patient-choice-and-procurement-panel/