Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

NHSE NCL APMS GP Services

  • First published: 31 January 2026
  • Last modified: 31 January 2026
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
NHS England
Authority ID:
AA20005
Publication date:
31 January 2026
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS North Central London Integrated Care Board (ICB) (hereafter referred to as the "the ICB"), under delegated commissioning on behalf of NHS England (hereafter referred to as "the Authority") is seeking to procure GP Primary Medical Services under Alternative Provider Medical Services(APMS) Contracts delivered from the following sites:

Lot 1 a - Brunswick Medical Centre (39 Brunswick Square, London WC1N 1AF)

Lot 1 b - Somers Town Medical Centre (77- 83Chalton St, London NW1 1HY)

Lot 1 c - Camden Health Improvement Practice(Margarete Centre, St James House, 108Hampstead Road, London, NW1 2LS)

Lot 2 - The Mitchison Road Surgery (2 Mitchison Road, London, N1 3NG)

Lot 3 - The Northern Medical Centre (Holloway Community Health Centre, 11 Hornsey Street ,London, N7 8GG)

Lot 4 - St Ann's Road Surgery (The Laurels Healthy Living Centre, 256 St Ann's Road, London, N155AZ)

Lot 1 a: Contract value of £1,522,079 per annum or£24,194,116 over 15 years

Lot 1 b: Contract value of £2,456,042 per annum or£39,039,870 over 15 years

Lot 1 c: Contract value of £585,000 per annum or£8,775,000 over 15 years

Lot 2 : Contract value of £1,584,417 per annum or£25,185,001 over 15 years

Lot 3: Contract value of £1,347,250 per annum or£21,415,198 over 15 years

Lot 4: Contract value of £2,639,926 per annum or£41,962,814 over 15 years

The decisions applicable to this Procurement will be made by the ICB in line with its Delegation Agreement with the Authority. In circumstances where an ICB has accepted fully delegated responsibility under co-commissioning, the ICB maybe the signatory to the Contract on behalf of the Authority.

The contracts will have an initial term of 5 years (60months), followed by an optional extension of up to5 years (60 months) at the discretion of the commissioner, and followed by a further optional extension of up to 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of up to 15 years (180 months).

The Procurement is being managed by NHS London Commercial Hub (NHS LCH) hosted by NHS North East London, on behalf of the Authority, in connection with a competitive Invitation to Tender(ITT) exercise that is being conducted, based on the competitive process under the Health Care Services (Provider Selection Regime) regulations2023 ("the Regulations" (as amended)).

Further information regarding the Authority is available from:

https://www.england.nhs.uk/about/about-nhsengland/

Further information regarding the ICB is available from:

https://www.nclhealthandcare.org.uk

Previous notice ref: 2025/S 000-011423

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

NHS England

Y56

7-8 Wellington Place

Leeds, England

LS1 4AP

UK

E-mail: hub.queries@nhs.net

NUTS: UKI

Internet address(es)

Main address: https://nclhealthandcare.org.uk/icb/

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NHSE NCL APMS GP Services

Reference number: PRJ-2058

II.1.2) Main CPV code

85121100

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS North Central London Integrated Care Board (ICB) (hereafter referred to as the "the ICB"), under delegated commissioning on behalf of NHS England (hereafter referred to as "the Authority") is seeking to procure GP Primary Medical Services under Alternative Provider Medical Services(APMS) Contracts delivered from the following sites:

Lot 1 a - Brunswick Medical Centre (39 Brunswick Square, London WC1N 1AF)

Lot 1 b - Somers Town Medical Centre (77- 83Chalton St, London NW1 1HY)

Lot 1 c - Camden Health Improvement Practice(Margarete Centre, St James House, 108Hampstead Road, London, NW1 2LS)

Lot 2 - The Mitchison Road Surgery (2 Mitchison Road, London, N1 3NG)

Lot 3 - The Northern Medical Centre (Holloway Community Health Centre, 11 Hornsey Street ,London, N7 8GG)

Lot 4 - St Ann's Road Surgery (The Laurels Healthy Living Centre, 256 St Ann's Road, London, N155AZ)

Lot 1 a: Contract value of £1,522,079 per annum or£24,194,116 over 15 years

Lot 1 b: Contract value of £2,456,042 per annum or£39,039,870 over 15 years

Lot 1 c: Contract value of £585,000 per annum or£8,775,000 over 15 years

Lot 2 : Contract value of £1,584,417 per annum or£25,185,001 over 15 years

Lot 3: Contract value of £1,347,250 per annum or£21,415,198 over 15 years

Lot 4: Contract value of £2,639,926 per annum or£41,962,814 over 15 years

The decisions applicable to this Procurement will be made by the ICB in line with its Delegation Agreement with the Authority. In circumstances where an ICB has accepted fully delegated responsibility under co-commissioning, the ICB maybe the signatory to the Contract on behalf of the Authority.

The contracts will have an initial term of 5 years (60months), followed by an optional extension of up to5 years (60 months) at the discretion of the commissioner, and followed by a further optional extension of up to 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of up to 15 years (180 months).

The Procurement is being managed by NHS London Commercial Hub (NHS LCH) hosted by NHS North East London, on behalf of the Authority, in connection with a competitive Invitation to Tender(ITT) exercise that is being conducted, based on the competitive process under the Health Care Services (Provider Selection Regime) regulations2023 ("the Regulations" (as amended)).

Further information regarding the Authority is available from:

https://www.england.nhs.uk/about/about-nhsengland/

Further information regarding the ICB is available from:

https://www.nclhealthandcare.org.uk

Previous notice ref: 2025/S 000-011423

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 160 571 999.00  GBP

II.2) Description

Lot No: 1a

II.2.1) Title

Lot 1a - Brunswick Medical Centre

II.2.2) Additional CPV code(s)

85121100

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

Lot 1a - Brunswick Medical Centre (39 Brunswick Square, London WC1N 1AF)

Lot 1a -Brunswick Medical Centre - The contract will start on April 2026. The estimated contract value is £1,612, 941 per annum or £24,194,116 over 15 years

Lot 1a is part of Lot 1 which is composed by Brunswick Medical Centre, Somers Town Medical Centre - Kings Cross Surgery will merge into Somers Town Medical Centre and Camden Health

Improvement Practice. This lot will have 3 individual contracts and the bidder had to bid for the three contracts

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 100%

Price / Weighting:  0%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The contract will have an initial term of 5 years (60months) followed by an optional extension of up to 5 years (60 months) at the discretion of the commissioner, and followed by a further optional extension of up to 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180 months).

This is a Provider Selection Regime (PSR) Contract Notice inviting offers under the Competitive Process (The Health Care Services (Provider Selection Regime) Regulations 2023, Regulation 11).

The awarding of this contract is subject to the HealthCare Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 do not apply to this award.

The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority. Submissions were assessed in line with the award criteria stages specified in the tender documents.

Interested Organisation expressed their interest via Atamis e-tendering portal.

Lot No: 1b

II.2.1) Title

Lot 1b - Somers Town Medical Centre

II.2.2) Additional CPV code(s)

85121100

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

Lot 1b - Somers Town Medical Centre (77- 83Chalton St, London NW1 1HY). Kings Cross Surgery will merge into Somers Town Medical Centre

Lot 1b - Somers Town Medical Centre - The contract will start on April 2026. The estimated contract value is £2,602,658 per annum or£39,039,870 over 15 years

Lot 1b is part of Lot 1 which is composed by Brunswick Medical Centre, Somers Town Medical Centre - Kings Cross Surgery will merge into Somers Town Medical Centre and Camden Health Improvement Practice. This lot will have 3 individual contracts and the bidder has to bid for the three contracts

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 100%

Price / Weighting:  0%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The contract will have an initial term of up to 5 years (60 months) followed by an optional extension of up to 5 years (60 months) at the discretion of the commissioner, and followed by a further optional extension of up to 5 years (60months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180months).

The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority. Submissions were assessed in line with the award criteria stages specified in the tender documents.

Interested Organisation expressed an interest via Atamis e-tendering portal.

Lot No: 1c

II.2.1) Title

Lot 1c - Camden Health Improvement Practice

II.2.2) Additional CPV code(s)

85121100

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

Lot 1c - Camden Health Improvement Centre (Margarete Centre, St James House, 108Hampstead Road, London, NW1 2LS)

Lot 1c- Camden Health Improvement Practice - The contract will start on April 2026. The estimated contract value is £585,000 per annum or£8,775,000 over 15 years

Lot 1c is part of Lot 1 which is composed by Brunswick Medical Centre, Somers Town Medical Centre - Kings Cross Surgery will merge into Somers Town Medical Centre and Camden Health Improvement Practice. This lot will have 3 individual contracts and the bidder has to bid for the three contracts

II.2.5) Award criteria

Quality criterion: 100 / Weighting: %

Price / Weighting:  0%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The contract will have an initial term of 5 years (60months) followed by an optional extension of up to5 years (60 months) at the discretion of the commissioner, and followed by a further optional extension of up to 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180 months).

The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority. Submissions were assessed in line with the award criteria stages specified in the tender documents.

Interested Organisation expressed an interest via Atamis e-tendering portal.

Lot No: 2

II.2.1) Title

Lot 2 - Mitchison Road Surgery

II.2.2) Additional CPV code(s)

85121100

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

Lot 2- The Mitchison Road Surgery (2 Mitchison Road, London, N1 3NG)

Lot 2 - The Mitchison Road Surgery -The contract will start on April 2026. The estimated contract value is £1,679,000 per annum or 25,185,001 over 15 years

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 100%

Price / Weighting:  0%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The contract will have an initial term of 5 years (60months), followed by an optional extension of up to 5 years (60 months) at the discretion of the commissioner, and followed by a further optional extension of up to 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180 months).

The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority. Submissions will be assessed in line with the award criteria stages specified in the tender documents.

Interested Organisation expressed an interest via Atamis e-tendering portal

Lot No: 3

II.2.1) Title

Lot 3 - The Northern Medical Centre

II.2.2) Additional CPV code(s)

85121100

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

Lot 3 - The Northern Medical Centre (Holloway Community Health Centre, 11 Hornsey Street, London, N7 8GG)

Lot 3 - The Northern Medical Centre -The contract will start on April 2026. The estimated contract value is £1,427,679 per annum or £21,415,198 over 15 years

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 100

Price / Weighting:  0%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The contract will have an initial term of 5 years (60months), followed by an optional extension of 5

years (60 months) at the discretion of the commissioner, and followed by a further optional extension of up to 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180 months).

The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority. Submissions will be assessed in line with the award criteria stages specified in the tender documents.

Interested Organisation expressed an interest via Atamis e-tendering portal

Lot No: 4

II.2.1) Title

Lot 4- St Ann's Road Surgery

II.2.2) Additional CPV code(s)

85121100

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

Lot 4 - St Ann's Road Surgery (The Laurels Healthy Living Centre, 256 St Ann's Road, London, N15 5AZ)

Lot 4 - St Ann's Road Surgery - The contract will start on April 2026. The estimated contract value is£2,797,520 per annum or 41,962,814 over 15 years

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 100%

Price / Weighting:  0%

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The contract will have an initial term of 5 years (60months), followed by an optional extension of 5 years (60 months) at the discretion of the commissioner, and followed by a further optional extension of up to 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180 months).

The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority. Submissions will be assessed in line with the award criteria stages specified in the tender documents.

Interested Organisation expressed an interest via Atamis e-tendering portal.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 123-123456

Section V: Award of contract

Lot No: Lot 1a

Contract No: Lot 1a

Title: Lot 1 a - Brunswick Medical Centre

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/01/2026

V.2.2) Information about tenders

Number of tenders received: 14

Number of tenders received by electronic means: 14

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

V.2.3) Name and address of the contractor

James Wigg Group Practice

F83023

London

UK

NUTS: UKI

Internet address(es)

URL: www.jameswigggroup.co.uk

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 24 194 116.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 1b

Contract No: Lot 1b

Title: Lot 1b - The Mitchison Road Surgery

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/01/2026

V.2.2) Information about tenders

Number of tenders received: 14

Number of tenders received by electronic means: 14

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

V.2.3) Name and address of the contractor

James Wigg Group Practice

F83023

London

UK

NUTS: UKI

Internet address(es)

URL: www.jameswigggroup.co.uk

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 39 039 870.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 1c

Contract No: Lot 1c

Title: Lot 1c - Camden Health Improvement Practice(

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/01/2026

V.2.2) Information about tenders

Number of tenders received: 14

Number of tenders received by electronic means: 14

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

V.2.3) Name and address of the contractor

James Wigg Group Practice

F83023

London

UK

NUTS: UKI

Internet address(es)

URL: www.jameswigggroup.co.uk

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 8 775 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 2

Contract No: Lot 2

Title: Lot 2 - The Mitchison Road Surgery

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/01/2026

V.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received by electronic means: 15

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

V.2.3) Name and address of the contractor

Lawrence House Group

F85007

London

UK

NUTS: UKI

Internet address(es)

URL: https://surgery.lawrencehousegroup.co.uk/

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 25 185 001.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 3

Contract No: Lot 3

Title: Lot 3 - The Northern Medical Centre

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/01/2026

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received by electronic means: 11

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

V.2.3) Name and address of the contractor

James Wigg Group Practice

F83023

London

UK

NUTS: UKI

Internet address(es)

URL: www.jameswigggroup.co.uk

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 21 415 198.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 4

Contract No: Lot 4

Title: Lot 4 -St Ann's Road Surgery

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/01/2026

V.2.2) Information about tenders

Number of tenders received: 20

Number of tenders received by electronic means: 20

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

V.2.3) Name and address of the contractor

Haringey GP Federation

10180486

London

UK

NUTS: UKI

Internet address(es)

URL: www.haringeygpfederation.com

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 41 962 814.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.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 Public Contracts Regulations 2015 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 11 February 2026.

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. Written representations should be sent to the following email address:

hub.psrrepresentation@nhs.net

Conflicts of Interest:

All evaluators, decision makers, bidders and any other relevant persons were required to declare any conflicts. A Conflict register was maintained and appropriate mitigations were agreed for any declarations made.

Relative Importance of the Key Criteria:

Further information is provided in the associated procurement documents on the Atamis portal: https://atamis-1928.my.site.com/s/Welcome

Rationale for the Relative Importance of the Key Criteria:

A cross-functional team were involved in delivering this project. The Authority set out to receive responses from suitably qualified and experienced healthcare providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services as set out in the Specification in a safe and effective manner.

The Selection Questionnaire (SQ) was based on the standard Cabinet Office document, with the ITT Questionnaires being comprised of a detailed scoring methodology, the weighting criteria was published within the ITT documentation in accordance with procurement regulations.

Further information is provided in the associated procurement documents on the Atamis portal: https://atamis-1928.my.site.com/s/Welcome

Rationale for Provider Selection:

The Exclusions and Basic Selection Criteria responses were evaluated first, any bidder who failed the SQ would not progress further in the procurement process and would be disqualified.

Based on the outcome of the evaluation, and in line with the criteria stipulated by the Authority within the documentation, it was recommended that the contract be awarded to the highest-scoring Bidder in each Lot.

Decision Makers:

The award report was endorsed by NHS North Central London Procurement Group and approved by Primary Care Committee.

VI.4) Procedures for review

VI.4.1) Review body

NHS North Central London Integrated Care Board

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The standstill period will run from the 2nd of February 2026 (00:00am) until the 11th of February 2026 (23:59pm).

VI.5) Date of dispatch of this notice

30/01/2026

Coding

Commodity categories

ID Title Parent category
85121100 General-practitioner services Medical practice services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
hub.queries@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.