Award

Workflow for NHS Labs delivering SCID and SMA ISEs (EONIS-Q Methodology)

NHS ENGLAND

This public procurement record has 1 release in its history.

Award

06 Mar 2026 at 16:25

Summary of the contracting process

This public procurement process involves NHS England, serving as the contracting authority for the announcement of an intention to award contract notice under the Provider Selection Regime (PSR). The procurement focuses on services provided by medical laboratories, specifically for the delivery of Severe Combined Immuno-Deficiency (SCID) and Spinal Muscular Atrophy (SMA) in-service evaluations using the EONIS-Q Methodology. The process involves a Direct Award C method targeting established NHS lab providers, including Sheffield Children's Trust, South West London Pathology, Manchester University NHS Foundation Trust, and Birmingham Women's and Children's Foundation Trust, as these organisations uniquely meet the service requirements. The procurement stage is at the award phase, with a standstill period ending on 17 March 2026 to allow for representations from providers, following the NHS governance processes. The procurement is limited and falls outside the scope of traditional procurement regulations, focusing on quality and innovation, value, and service sustainability criteria.

This tender is a significant opportunity for businesses within the medical and laboratory services sector, particularly those capable of delivering specialised scientific and clinical functions. Companies that can provide high-quality assurance, programme management, and maintain standards in information governance and data management are well-suited to compete in this procurement process. The expansion of existing services through established methodologies presents a lucrative chance for growth, ensuring continuity and comparability of services. Given the focus on fostering integration, collaboration, and improving healthcare access, businesses with existing capabilities in national screening evaluation processes and strong service sustainability practices can benefit by aligning their resources and expertise to meet the stringent criteria set by NHS England. This contract is poised to start on 1 April 2026 and offers an initial term until 31 March 2028, with potential extension opportunities, further sweetening prospects for sustainable business development.

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

Notice Title

Workflow for NHS Labs delivering SCID and SMA ISEs (EONIS-Q Methodology)

Notice Description

This is a Provider Selection Regime (PSR) Intention-to-Award Notice.<br/><br/>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/>This is a notice of intention to make an award in respect of the Service pursuant to the Direct Award C process via PSR for the services of three EONIS-Q Methodology Screening Labs, as part of the delivery and implementation of 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), as recommended by the UK NSC.<br/><br/>This is an intention to award notice. A notice of the confirmation of the award of each contract will be issued once they are signed.<br/><br/>Pursuant to the NHS Newborn Blood Spot in-service evaluation (ISE) for Severe Combined Immuno-Deficiency (SCID) contracts, with the addition of the ISE for Spinal Muscular Atrophy (SMA), the providers are to provide the following functions:<br/><br/>* Specialist scientific and clinical workforce required to deliver assurance, quality oversight, and programme reporting.<br/>* Laboratory capacity and turnaround requirements to support in-service evaluation activity alongside existing SCID delivery.<br/>* Quality assurance and quality control processes, including maintenance of consistent methodologies, validation status, and reporting standards.<br/>* Information governance, data management, and secure data flows required to support national screening evaluation and reporting.<br/>* Programme management and coordination activity necessary to support continuity and comparability of in-service evaluation outputs.

Lot Information

Lot 1

Pursuant to the NHS Newborn Blood Spot in-service evaluation (ISE) for Severe Combined Immuno-Deficiency (SCID) contracts, with the addition of the ISE for Spinal Muscular Atrophy (SMA), the providers are to provide the following functions:

* Specialist scientific and clinical workforce required to deliver assurance, quality oversight, and programme reporting.
* Laboratory capacity and turnaround requirements to support in-service evaluation activity alongside existing SCID delivery.
* Quality assurance and quality control processes, including maintenance of consistent methodologies, validation status, and reporting standards.
* Information governance, data management, and secure data flows required to support national screening evaluation and reporting.
* Programme management and coordination activity necessary to support continuity and comparability of in-service evaluation outputs.

The Commissioner intends to award contracts following the Direct Award C process to 3 providers who are existing providers. This is an expansion of existing services which, under PSR, constitutes a new service.

The services will start on 1st April 2026 and the initial period will run until 31st March 2028 with an option to extend for up to a further 1 year.

This procurement exercise will utilise the Most Suitable Provider (MSP) award process via the NHS Provider Selection Regime (PSR) regulations.

The sourcing decision was taken in line with the Provider Selection Regime. The Basic Criteria were assessed and confirmed as met. A Most Suitable Provider approach was applied to secure continuity of specialist in service evaluation activity using established providers and methodologies

The Authority evaluated providers against five mandatory key criteria:

Quality and innovation 60%
Value 20%
Integration, collaboration and service sustainability 10%
Improving access and reducing inequalities and facilitating choice 5%
Social value 5%.

Existing break and exit clauses are retained and relied upon in the general conditions to manage risk and affordability. These provisions provide NHS England with the ability to vary or exit the arrangement should the national screening policy, service configuration, or delivery models change, thereby mitigating the financial risk associated with the increased contract value.

The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by midnight on Wednesday, 18 March 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. Written representations should be sent to england.commercialqueries@nhs.net, ensuring the following details are referenced:

Project reference: C429681
Project title: Workflow for NHS Labs delivering SCID and SMA ISEs (EONIS-Q Methodology)

Options: Option to extend for up to a further 12 months

Procurement Information

The procurement falls outside the scope of application of the regulations.<br/><br/>Explanation:<br/><br/>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.<br/><br/>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.<br/><br/>Representations by providers must be made to decision makers by Tuesday 17th March 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0664a2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/020597-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
SME

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
Not specified
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
Not specified
Award Date
5 Mar 20261 weeks ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

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

Supplier Information

Number of Suppliers
1
Supplier Name

MANCHESTER UNIVERSITY NHS FOUNDATION TRUST

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-0664a2-2026-03-06T16:25:14Z",
    "date": "2026-03-06T16:25:14Z",
    "ocid": "ocds-h6vhtk-0664a2",
    "description": "This is a Provider Selection Regime (PSR) intention to award notice.<br/><br/>This intention to award notice is subject to Regulation 10(7) 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/>The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by midnight on 17/03/2026.<br/><br/>This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.<br/><br/>Written representations should be sent to england.commercialqueries@nhs.net, ensuring the following details are referenced:<br/><br/>Project reference: C429681<br/><br/>Project title: Workflow for NHS Labs delivering SCID and SMA ISEs (EONIS-Q Methodology) - Direct Award C process<br/><br/>This decision has been made as per NHS England governance processes, by the Commercial & Efficiency Control Approval on 5th March 2026. No conflicts of Interest were identified amongst decisionmakers.<br/><br/>Each of the 5 key criteria were considered on the following basis and consideration was given to the basic selection criteria too.<br/><br/>The Authority evaluated providers against five mandatory key criteria:<br/><br/>Quality and innovation 60%<br/>Value 20%<br/>Integration, collaboration and service sustainability 10%<br/>Improving access and reducing inequalities and facilitating choice 5%<br/>Social value 5%.<br/><br/>Following provider assessments, it was agreed that the Sheffield Children's Trust, South West London Pathology, Manchester University NHS Foundation Trust and Birmingham Women's and Children's Foundation Trust are the only providers capable of meeting the service specifications and requirements of the NHS Newborn Blood Spot in-service evaluation (ISE) for Severe Combined Immuno-Deficiency (SCID) contracts, with the addition of the ISE for Spinal Muscular Atrophy (SMA) in full.",
    "initiationType": "tender",
    "tender": {
        "id": "C429681",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Workflow for NHS Labs delivering SCID and SMA ISEs (EONIS-Q Methodology)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85145000",
            "description": "Services provided by medical laboratories"
        },
        "mainProcurementCategory": "services",
        "description": "This is a Provider Selection Regime (PSR) Intention-to-Award Notice.<br/><br/>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/>This is a notice of intention to make an award in respect of the Service pursuant to the Direct Award C process via PSR for the services of three EONIS-Q Methodology Screening Labs, as part of the delivery and implementation of 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), as recommended by the UK NSC.<br/><br/>This is an intention to award notice. A notice of the confirmation of the award of each contract will be issued once they are signed.<br/><br/>Pursuant to the NHS Newborn Blood Spot in-service evaluation (ISE) for Severe Combined Immuno-Deficiency (SCID) contracts, with the addition of the ISE for Spinal Muscular Atrophy (SMA), the providers are to provide the following functions:<br/><br/>* Specialist scientific and clinical workforce required to deliver assurance, quality oversight, and programme reporting.<br/>* Laboratory capacity and turnaround requirements to support in-service evaluation activity alongside existing SCID delivery.<br/>* Quality assurance and quality control processes, including maintenance of consistent methodologies, validation status, and reporting standards.<br/>* Information governance, data management, and secure data flows required to support national screening evaluation and reporting.<br/>* Programme management and coordination activity necessary to support continuity and comparability of in-service evaluation outputs.",
        "lots": [
            {
                "id": "1",
                "description": "Pursuant to the NHS Newborn Blood Spot in-service evaluation (ISE) for Severe Combined Immuno-Deficiency (SCID) contracts, with the addition of the ISE for Spinal Muscular Atrophy (SMA), the providers are to provide the following functions:<br/><br/>* Specialist scientific and clinical workforce required to deliver assurance, quality oversight, and programme reporting.<br/>* Laboratory capacity and turnaround requirements to support in-service evaluation activity alongside existing SCID delivery.<br/>* Quality assurance and quality control processes, including maintenance of consistent methodologies, validation status, and reporting standards.<br/>* Information governance, data management, and secure data flows required to support national screening evaluation and reporting.<br/>* Programme management and coordination activity necessary to support continuity and comparability of in-service evaluation outputs.<br/><br/>The Commissioner intends to award contracts following the Direct Award C process to 3 providers who are existing providers. This is an expansion of existing services which, under PSR, constitutes a new service.<br/><br/>The services will start on 1st April 2026 and the initial period will run until 31st March 2028 with an option to extend for up to a further 1 year.<br/><br/>This procurement exercise will utilise the Most Suitable Provider (MSP) award process via the NHS Provider Selection Regime (PSR) regulations.<br/><br/>The sourcing decision was taken in line with the Provider Selection Regime. The Basic Criteria were assessed and confirmed as met. A Most Suitable Provider approach was applied to secure continuity of specialist in service evaluation activity using established providers and methodologies<br/><br/>The Authority evaluated providers against five mandatory key criteria:<br/><br/>Quality and innovation 60%<br/>Value 20%<br/>Integration, collaboration and service sustainability 10%<br/>Improving access and reducing inequalities and facilitating choice 5%<br/>Social value 5%.<br/><br/>Existing break and exit clauses are retained and relied upon in the general conditions to manage risk and affordability. These provisions provide NHS England with the ability to vary or exit the arrangement should the national screening policy, service configuration, or delivery models change, thereby mitigating the financial risk associated with the increased contract value.<br/><br/>The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by midnight on Wednesday, 18 March 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. Written representations should be sent to england.commercialqueries@nhs.net, ensuring the following details are referenced:<br/><br/>Project reference: C429681<br/>Project title: Workflow for NHS Labs delivering SCID and SMA ISEs (EONIS-Q Methodology)",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Direct Award C criteria",
                            "type": "quality",
                            "description": "80"
                        },
                        {
                            "name": "Value",
                            "type": "cost",
                            "description": "20"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "Option to extend for up to a further 12 months"
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "id": "D_OUTSIDE_SCOPE",
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "The procurement falls outside the scope of application of the regulations.<br/><br/>Explanation:<br/><br/>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.<br/><br/>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.<br/><br/>Representations by providers must be made to decision makers by Tuesday 17th March 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR."
    },
    "awards": [
        {
            "id": "020597-2026-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-125859",
                    "name": "Manchester University NHS Foundation Trust"
                }
            ]
        }
    ],
    "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"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-125859",
            "name": "Manchester University NHS Foundation Trust",
            "identifier": {
                "legalName": "Manchester University NHS Foundation Trust",
                "id": "OC388522"
            },
            "address": {
                "streetAddress": "Finance & Procurement Business Unit Trafford General Hospital,Moorside Road M41 5SL",
                "locality": "Manchester",
                "region": "UK",
                "postalCode": "M41 5SL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "purchasing@mft.nhs.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-87082",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Strand,",
                "locality": "London,",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.theroyalcourtsofjustice.com"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-130973",
        "name": "NHS England"
    },
    "contracts": [
        {
            "id": "020597-2026-1",
            "awardID": "020597-2026-1",
            "status": "active",
            "dateSigned": "2026-03-05T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "3",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 1870816.22,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 1870816.22,
                "currency": "GBP"
            }
        ]
    },
    "language": "en"
}