Planning

Intended Approach Notice (PSR MSP): Workflow for NHS Labs delivering SCID and SMA ISEs (SPOT-it Methodology)

NHS ENGLAND

This public procurement record has 1 release in its history.

Planning

06 Mar 2026 at 13:00

Summary of the contracting process

NHS England has announced a procurement process under the Provider Selection Regime (PSR) intended for the national delivery of the SPOTit methodology within the NHS Newborn Blood Spot (NBS) Screening Programme. This involves workflows for laboratory services screening Severe Combined Immuno-Deficiency (SCID) and Spinal Muscular Atrophy (SMA) using the Most Suitable Provider process (MSP). The procurement falls within the healthcare industry category, with a focus on services provided by medical laboratories, and the associated contract value is £2,429,264.42. The procurement is at the planning stage, with the notice published on 6 March 2026, and prospective suppliers are invited to express interest by 20 March 2026. The contract period will run from 1 April 2026 to 31 March 2029, and requires delivery across the UK.

This tender offers significant opportunities for businesses specialising in medical laboratory services, particularly those experienced in laboratory methodologies related to newborn screening. NHS England's decision to pursue the MSP route suggests a favourable environment for companies already operating within this specialised market, such as Great Ormond Street Hospital NHS Foundation Trust, Newcastle upon Tyne Hospitals NHS Foundation Trust, and Synnovis LLP. However, any provider capable of meeting the key criteria—focusing on quality and innovation, value, service integration, and social value—is encouraged to apply. Businesses with strong laboratory capabilities, robust workforce capacity, and scientific reliability can leverage these criteria to enhance their competitive edge in securing this contract and expand their footprint within the UK healthcare sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Intended Approach Notice (PSR MSP): Workflow for NHS Labs delivering SCID and SMA ISEs (SPOT-it Methodology)

Notice Description

NHS England is looking to procure the national delivery of SPOTit methodology for SCID - and the addition of SMA in-service evaluations (ISEs) - within the NHS Newborn Blood Spot (NBS) Screening Programme.

Lot Information

Lot 1

This is a Provider Selection Regime (PSR) Intended Approach Notice. This notice is subject to Regulation 10 of the Health Care Services (Provider Selection Regime) Regulations 2023.

For the avoidance of doubt, this is not a procurement via PA23 or PCR 2015.

NHS England is releasing this Intended Approach Notice as per the Provider Selection Regime (PSR) using the Most Suitable Provider route. As per schedule 5 under Regulation 10 of the PSR, please see the following information below:

1. NHS England is intending to follow the Most Suitable Provider Process to award a contract.

2. The contract title: Workflow for NHS Labs delivering SCID and SMA ISEs (SPOT-it Methodology). The contract reference: C429612.

3. The aim is for NHS England to procure SPOT-it Methodology Screening Labs delivering and implementing the ongoing NHS Newborn Blood Spot in-service evaluation (ISE) for Severe Combined Immuno-Deficiency (SCID), with the addition of the ISE for Spinal Muscular Atrophy (SMA). This procurement maintains national delivery of SPOTit methodology for SCID and the addition of SMA in-service evaluations (ISEs) within the NHS Newborn Blood Spot (NBS) Screening Programme.

4. This contract has not yet formally been awarded; this notice serves as an intended approach notice under the PSR.

5. Should you wish to be considered, written representations should be sent to england.commercialqueries@nhs.net, ensuring the following details are referenced:

Project reference: C429612

Project title: Workflow for NHS Labs delivering SCID and SMA ISEs (SPOT-it Methodology) - Most Suitable Provider process

* NB: Please do NOT use the following address for consideration: https://atamis-1928.my.site.com/s/Welcome *

This decision has been made as per NHS England governance processes, by the Commercial & Efficiency Control Approval on 5t March 2026. No conflicts of Interest were identified amongst decision makers.

This PSR MSP Intended Approach Notice will be published on 06 March 2026 and will be open until 12pm, 20 March 2026. Additional information: This PSR MSP Intended Approach Notice will be published on 06 March 2026 and will be open until 12pm, 20 March 2026.

This notice is published by NHS England pursuant to Regulation 10 of the Health Care Services (Provider Selection Regime) Regulations 2023 as notice of its intention to follow the Most Suitable Provider (MSP) process in respect of Workflow for NHS Labs delivering SCID and SMA In-Service Evaluations (SPOTit Methodology).

The requirement concerns the re-procurement of SPOTit methodology newborn blood spot screening laboratory services to ensure continued delivery of the Severe Combined Immuno-Deficiency (SCID) in-service evaluation and to enable the addition of the Spinal Muscular Atrophy (SMA) in-service evaluation using the same SPOTit platform. The proposed contract term is 1 April 2026 to 31 March 2029. The combined forecast total contract value is PS2,429,264.42.

NHS England considers the MSP process appropriate because Direct Award Processes A and B do not apply and Direct Award Process C is not available. The requirement sits within a highly specialist market, and NHS England considers that it is likely to be able to identify the most suitable provider(s) through a proportionate assessment of likely providers against the PSR key criteria and the basic selection criteria.

The likely provider arrangements currently identified are Great Ormond Street Hospital NHS Foundation Trust, Newcastle upon Tyne Hospitals NHS Foundation Trust, and Synnovis LLP. This notice is being published for at least 14 calendar days before assessment of providers against the key criteria. Any provider not presently known to NHS England that believes it is capable of delivering these services may contact NHS England and ask to be considered as a potential provider.

In accordance with the Provider Selection Regime, NHS England will assess likely providers against the five mandatory key criteria and the basic selection criteria.

The key criteria to be applied are:

Quality and innovation - 60%

Value - 20%

Integration, collaboration and service sustainability - 10%

Improving access, reducing health inequalities and facilitating choice - 5%

Social value - 5%

The basic selection criteria will be applied on a pass/fail basis and will include:

suitability to pursue the activity, including relevant regulatory and accreditation requirements;

economic and financial standing, where relevant; and

technical and professional ability, including accredited laboratory capability, workforce capacity and resilience, QA/QC arrangements, and data/reporting capability.

NHS England considers this weighting to be proportionate to the nature of the requirement. In particular, the greatest relative importance is given to quality and innovation, reflecting the programme-critical need for safe, robust and scientifically reliable delivery of SCID and SMA in-service evaluation activity within the new-born blood spot screening pathway.

Value is also materially weighted, reflecting the need to secure efficient delivery and platform efficiencies where SCID and SMA can be combined.

The remaining criteria will also be taken into account in identifying the most suitable provider(s), including continuity, collaboration, service sustainability, equitable access, and wider social value.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-066420
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/020374-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85145000 - Services provided by medical laboratories

Notice Value(s)

Tender Value
£2,429,264 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Mar 20261 weeks ago
Submission Deadline
Not specified
Future Notice Date
6 Mar 2026Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS ENGLAND
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SE1 8UG
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI45 Lambeth
Delivery Location
Not specified

Local Authority
Lambeth
Electoral Ward
Waterloo & South Bank
Westminster Constituency
Vauxhall and Camberwell Green

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-066420-2026-03-06T13:00:39Z",
    "date": "2026-03-06T13:00:39Z",
    "ocid": "ocds-h6vhtk-066420",
    "description": "This is a Provider Selection Regime (PSR) Intended Approach Notice.<br/><br/>The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023.<br/><br/>For avoidance of doubt, the provisions of the Public Contract Regulations 2015 or the Procurement Act 2023 do not apply to this award. It is the intention to award a contract using the Most Suitable Provider process (MSP).",
    "initiationType": "tender",
    "tender": {
        "id": "C429612",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Intended Approach Notice (PSR MSP): Workflow for NHS Labs delivering SCID and SMA ISEs (SPOT-it Methodology)",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "85145000",
            "description": "Services provided by medical laboratories"
        },
        "mainProcurementCategory": "services",
        "description": "NHS England is looking to procure the national delivery of SPOTit methodology for SCID - and the addition of SMA in-service evaluations (ISEs) - within the NHS Newborn Blood Spot (NBS) Screening Programme.",
        "value": {
            "amount": 2429264.42,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This is a Provider Selection Regime (PSR) Intended Approach Notice. This notice is subject to Regulation 10 of the Health Care Services (Provider Selection Regime) Regulations 2023.<br/><br/>For the avoidance of doubt, this is not a procurement via PA23 or PCR 2015.<br/><br/>NHS England is releasing this Intended Approach Notice as per the Provider Selection Regime (PSR) using the Most Suitable Provider route. As per schedule 5 under Regulation 10 of the PSR, please see the following information below:<br/><br/>1. NHS England is intending to follow the Most Suitable Provider Process to award a contract.<br/><br/>2. The contract title: Workflow for NHS Labs delivering SCID and SMA ISEs (SPOT-it Methodology). The contract reference: C429612.<br/><br/>3. The aim is for NHS England to procure SPOT-it Methodology Screening Labs delivering and implementing the ongoing NHS Newborn Blood Spot in-service evaluation (ISE) for Severe Combined Immuno-Deficiency (SCID), with the addition of the ISE for Spinal Muscular Atrophy (SMA). This procurement maintains national delivery of SPOTit methodology for SCID and the addition of SMA in-service evaluations (ISEs) within the NHS Newborn Blood Spot (NBS) Screening Programme.<br/><br/>4. This contract has not yet formally been awarded; this notice serves as an intended approach notice under the PSR.<br/><br/>5. Should you wish to be considered, written representations should be sent to england.commercialqueries@nhs.net, ensuring the following details are referenced:<br/><br/>Project reference: C429612<br/><br/>Project title: Workflow for NHS Labs delivering SCID and SMA ISEs (SPOT-it Methodology) - Most Suitable Provider process<br/><br/>* NB: Please do NOT use the following address for consideration: https://atamis-1928.my.site.com/s/Welcome *<br/><br/>This decision has been made as per NHS England governance processes, by the Commercial & Efficiency Control Approval on 5t March 2026. No conflicts of Interest were identified amongst decision makers.<br/><br/>This PSR MSP Intended Approach Notice will be published on 06 March 2026 and will be open until 12pm, 20 March 2026. Additional information: This PSR MSP Intended Approach Notice will be published on 06 March 2026 and will be open until 12pm, 20 March 2026.<br/><br/>This notice is published by NHS England pursuant to Regulation 10 of the Health Care Services (Provider Selection Regime) Regulations 2023 as notice of its intention to follow the Most Suitable Provider (MSP) process in respect of Workflow for NHS Labs delivering SCID and SMA In-Service Evaluations (SPOTit Methodology).<br/><br/>The requirement concerns the re-procurement of SPOTit methodology newborn blood spot screening laboratory services to ensure continued delivery of the Severe Combined Immuno-Deficiency (SCID) in-service evaluation and to enable the addition of the Spinal Muscular Atrophy (SMA) in-service evaluation using the same SPOTit platform. The proposed contract term is 1 April 2026 to 31 March 2029. The combined forecast total contract value is PS2,429,264.42.<br/><br/>NHS England considers the MSP process appropriate because Direct Award Processes A and B do not apply and Direct Award Process C is not available. The requirement sits within a highly specialist market, and NHS England considers that it is likely to be able to identify the most suitable provider(s) through a proportionate assessment of likely providers against the PSR key criteria and the basic selection criteria.<br/><br/>The likely provider arrangements currently identified are Great Ormond Street Hospital NHS Foundation Trust, Newcastle upon Tyne Hospitals NHS Foundation Trust, and Synnovis LLP. This notice is being published for at least 14 calendar days before assessment of providers against the key criteria. Any provider not presently known to NHS England that believes it is capable of delivering these services may contact NHS England and ask to be considered as a potential provider.<br/><br/>In accordance with the Provider Selection Regime, NHS England will assess likely providers against the five mandatory key criteria and the basic selection criteria.<br/><br/>The key criteria to be applied are:<br/><br/>Quality and innovation - 60%<br/><br/>Value - 20%<br/><br/>Integration, collaboration and service sustainability - 10%<br/><br/>Improving access, reducing health inequalities and facilitating choice - 5%<br/><br/>Social value - 5%<br/><br/>The basic selection criteria will be applied on a pass/fail basis and will include:<br/><br/>suitability to pursue the activity, including relevant regulatory and accreditation requirements;<br/><br/>economic and financial standing, where relevant; and<br/><br/>technical and professional ability, including accredited laboratory capability, workforce capacity and resilience, QA/QC arrangements, and data/reporting capability.<br/><br/>NHS England considers this weighting to be proportionate to the nature of the requirement. In particular, the greatest relative importance is given to quality and innovation, reflecting the programme-critical need for safe, robust and scientifically reliable delivery of SCID and SMA in-service evaluation activity within the new-born blood spot screening pathway.<br/><br/>Value is also materially weighted, reflecting the need to secure efficient delivery and platform efficiencies where SCID and SMA can be combined.<br/><br/>The remaining criteria will also be taken into account in identifying the most suitable provider(s), including continuity, collaboration, service sustainability, equitable access, and wider social value.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-03-06T00:00:00Z",
            "atypicalToolUrl": "https://atamis-1928.my.site.com/s/Welcome"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-130973",
            "name": "NHS England",
            "identifier": {
                "legalName": "NHS England"
            },
            "address": {
                "streetAddress": "Wellington House, 133-135 Waterloo Rd",
                "locality": "London",
                "region": "UKJ1",
                "postalCode": "SE1 8UG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "NHS England",
                "email": "england.commercialqueries@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.england.nhs.uk/",
                "buyerProfile": "https://www.england.nhs.uk/",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "07",
                        "scheme": "COFOG",
                        "description": "Health"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-130973",
        "name": "NHS England"
    },
    "language": "en"
}