Notice Information
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: C429613.
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: C429613
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-066421
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/020376-2026
- 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
- 20 Mar 20264 days to go
- 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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-066421-2026-03-06T13:00:57Z",
"date": "2026-03-06T13:00:57Z",
"ocid": "ocds-h6vhtk-066421",
"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": "C429613",
"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: C429613.<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: C429613<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": "2026-03-20T00:00:00Z",
"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"
}