Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
WARRINGTON AND HALTON TEACHING HOSPITALS NHS FOUNDATION TRUST
RWW
Lovely Lane
WarrINGTON
WA51QG
UK
Contact person: Alison Parker
E-mail: alison.parker1@nhs.net
NUTS: UKD61
Internet address(es)
Main address: https://whh.enquiries.procurement.team@nhs.net
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
Pathology Services
II.1.2) Main CPV code
85111800
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of Pathology Services
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
75 000 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
Main site or place of performance:
Warrington
II.2.4) Description of the procurement
In 2019 the NHS Long Term Plan set out the key ambition that all pathology services in England would be part of a pathology network by 2023 (now April 2025). In response to this the Cheshire & Merseyside Pathology Network developed an Outline Business Case which detailed an ambitious Target Operating Model which consists of developing 3 pathology hubs which would work together to make the best use of the assets and capabilities available, and to deliver on the benefits to patient care that are available by working more closely together. These three hubs cover the following geographical areas:
North Hub - Liverpool
East Hub - Sefton, Knowsley, St Helens, Warrington & Halton
South Hub - Cheshire West and the Wirral
To meet the National and Local ambitions Warrington & Halton Teaching Hospitals NHS Foundation Trusts are seeking a provider to deliver the East Hub Pathology Service. This provider must be able to offer a single pathology service for the geographical area of the East hub (see table above) delivered through a hub and spoke model. The provider must be able to deliver a single pathology service which consists of a Central Hub, situated in the geographic area, and Essential Service Laboratories at Ormskirk Southport, St Helens, Warrington, and Halton hospitals. The provider must be able to deliver all aspects of: Cellular Pathology (Histopathology and Cytology), Mortuary Services, Blood Science (Chemistry, Haematology, and blood transfusion), Immunology and Microbiology pathology services within the Central Hub. The provider must be able to deliver Blood science (Chemistry, Haematology and blood transfusion) and a small number of Microbiology Screening (Blood Cultures and Cerebral Spinal Fluid) tests on site at the Essential Services Laboratories. To provide the service, all hospital sites will retain their current equipment from their current suppliers and so the provider will not be required to provide any equipment as part of this service.
It is the intention to award under the Most Suitable Provider Process. The approximate lifetime value of the contract is £75m. This a new service.
II.2.5) Award criteria
Quality criterion: Most suitable provider process with regard to the key criteria with a weighting of 100
/ Weighting: 100
Cost criterion: Most suitable provider process with regard to the key criteria with a weighting of 100
/ Weighting: 100
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
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 Midnight on Monday 28 July 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
11/07/2025
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Mersey and West Lancashire Teaching Hospitals NHS Trust
RBN
St Helens
UK
NUTS: UKD
Internet address(es)
URL: www.merseywestlancs.nhs.uk
The contractor is an SME:
No
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:
: 75 000 000.00
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 decision makers by Midnight on Monday 28 July 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Key Decision Makers
Chief Strategy & Partnerships Officer
Medical Director
Chief Operating Officer/Deputy Chief Executive
Deputy Director of Strategy & Partnerships
Pathology Manager
Associate Director of Finance
There were no declared conflicts or potential conflicts of interest
Key Criteria as set under the Most Suitable Provider Process used to made the decision were as follows:
Quality & Innovation 5%
Value 20%
Integration, collaboration and service sustainability 60%
Improving access, reducing health inequalities and facilitating choice 5%
Social Value 10%
VI.4) Procedures for review
VI.4.1) Review body
Warrington and Halton Teaching Hospitals NHS Foundation Trust
Warrington
UK
VI.5) Date of dispatch of this notice
15/07/2025