Award

Workflow for NHS Labs delivering SCID and SMA ISEs (SPOT-it Methodology)

NHS ENGLAND

This public procurement record has 1 release in its history.

Award

23 Mar 2026 at 14:04

Summary of the contracting process

NHS England has initiated a Provider Selection Regime to award contracts for the delivery of laboratory services using SPOT-it Methodology. This process involves awarding contracts for the NHS Newborn Blood Spot in-service evaluation for Severe Combined Immuno-Deficiency (SCID) and Spinal Muscular Atrophy (SMA). The procurement falls outside the scope of standard regulations, using a limited process under the Most Suitable Provider approach. The tender status is complete, with the procurement method set as a direct award without prior publication of a call for competition. The award was decided on 5th March 2026, and the standstill period following this intention to award commenced to receive representations by 1st April 2026. The service is categorised under medical laboratories and will primarily serve the UK region.

This tender provides strategic opportunities for businesses specialising in medical laboratory services with proficient capabilities in quality assurance, data management, and clinical workforce provision. Companies like Great Ormond Street Hospital, Newcastle, and Synnovis LLP have already been identified as suitable providers, showcasing the demand for high-quality and innovative services. The procurement highlights the importance of integration, collaboration, and service sustainability with a weighting preference of 60% on quality innovation and significant emphasis on social value and reducing inequalities. The tender supports continuity for established services and could attract businesses with experience in similar NHS-driven health initiatives, aiming to expand service offerings and enhance national healthcare objectives.

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

Notice Title

Workflow for NHS Labs delivering SCID and SMA ISEs (SPOT-it Methodology)

Notice Description

This is a notice of intention to make an award in respect of the Service pursuant to the Most Suitable Provider (MSP) Process for the services of three SPOT-it Methodology Screening Labs, via direct award 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/>For the avoidance of doubt, 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 Most Suitable 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.

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 Friday 20th 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-067179
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026300-2026
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
Large

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
23 Mar 20261 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
5 Mar 20261 months 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

THE NEWCASTLE UPON TYNE HOSPITALS 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-067179-2026-03-23T14:04:55Z",
    "date": "2026-03-23T14:04:55Z",
    "ocid": "ocds-h6vhtk-067179",
    "description": "This is a Provider Selection Regime (PSR) intention to award notice. 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, the provisions of the Procurement Act Regulations 2023 do not apply to his award.<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, 1 April 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: C429612<br/><br/>Project title: Workflow for NHS Labs delivering SCID and SMA ISEs (SPOT-it Methodology) - Most Suitable Provider process<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 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 Great Ormond Street Hospital, Newcastle, and Synnovis LLP 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": "C429612",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Workflow for NHS Labs delivering SCID and SMA ISEs (SPOT-it Methodology)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85145000",
            "description": "Services provided by medical laboratories"
        },
        "mainProcurementCategory": "services",
        "description": "This is a notice of intention to make an award in respect of the Service pursuant to the Most Suitable Provider (MSP) Process for the services of three SPOT-it Methodology Screening Labs, via direct award 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/>For the avoidance of doubt, 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 Most Suitable 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Most suitable provider process with regard to the key Criteria / Weighting",
                            "type": "quality",
                            "description": "80"
                        },
                        {
                            "name": "Cost",
                            "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 Friday 20th March 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR."
    },
    "awards": [
        {
            "id": "026300-2026-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-166486",
                    "name": "THE NEWCASTLE UPON TYNE HOSPITALS 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-166486",
            "name": "THE NEWCASTLE UPON TYNE HOSPITALS NHS FOUNDATION TRUST",
            "identifier": {
                "legalName": "THE NEWCASTLE UPON TYNE HOSPITALS NHS FOUNDATION TRUST",
                "id": "CRN: N/A - CRT1-12955689836"
            },
            "address": {
                "streetAddress": "Freeman Hospital, Freeman Road, High Heaton, Newcastle Upon Tyne, NE7 7DN",
                "locality": "Newcastle",
                "region": "UK",
                "postalCode": "NE7 7DN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "necsu.psrprocurement@nhs.net"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-497",
            "name": "The High Court",
            "identifier": {
                "legalName": "The High Court"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "generaloffice@administrativecourtoffice.justice.gov.uk"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.gov.uk/courts-tribunals"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-130973",
        "name": "NHS England"
    },
    "contracts": [
        {
            "id": "026300-2026-1",
            "awardID": "026300-2026-1",
            "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": 2429264.42,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 2429264.42,
                "currency": "GBP"
            }
        ]
    },
    "language": "en"
}