Provision of General Medical Services for Kingsway, Bramingham and Cauldwell Surgeries
A Tender Notice
by NHS BEDFORDSHIRE, LUTON AND MILTON KEYNES INTEGRATED CARE BOARD
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 49 year
- Value
- £4M
- Sector
- HEALTH
- Published
- 08 Sep 2025
- Delivery
- 30 Jan 2026 to 29 Jan 2075
- Deadline
- 03 Oct 2025 12:00
Concepts
Location
Bedfordshire
2 buyers
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 CentreLot 2 - Bramingham Health CentreLot 3 - Cauldwell Health CentreThe 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: £1,560,652.00Lot 2 - Bramingham Medical Centre (Luton):Estimated annual baseline contract value: £901,244.00Lot 3 - Cauldwell Medical Centre (Bedford):Estimated annual baseline contract value: £1,339,644.00Please note the deadline for responses to the Competitive Process is 12:00pm (Mid-Day) on 3rd October 2025.
Lot Division
1 | C. Lot 1 - Kingsway Health Centre
Lot 1 - Kingsway Health CentreKingsway 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: £1,560,652.00List Size: 10105.44 (at 1st Apr 25) Contract Length: in perpetuityThe contract is expected to start on the 30th January 2026. |
2 | D. Lot 2 - Bramingham Health Centre
Lot 2 - Bramingham Health CentreBramingham 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: £901,244.00List Size: 5835.68 (at 1st Apr 25) Contract Length: in perpetuityThe contract is expected to start on the 30th January 2026. |
3 | E. Lot 3 - Cauldwell Health Centre
Lot 3 - Cauldwell Medical CentreCauldwell 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: £1,339,644.00List Size: 9396.21 (at 1st Apr 25) Contract Length: in perpetuityThe contract is expected to start on the 30th January 2026. |
CPV Codes
- 85121100 - General-practitioner services
Indicators
- Bids should cover one or more lots.
- Bids should cover the whole contract.
- Renewals are not available.
- Award on basis of price and quality.
Other 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=ProjectsYou 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 SurgeriesThe 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.
Reference
- FTS 054776-2025