Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

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

  • First published: 07 March 2026
  • Last modified: 07 March 2026
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
NHS England
Authority ID:
AA20005
Publication date:
07 March 2026
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

NHS England

Wellington House, 133-135 Waterloo Rd

London

SE1 8UG

UK

Contact person: NHS England

E-mail: england.commercialqueries@nhs.net

NUTS: UKJ1

Internet address(es)

Main address: https://www.england.nhs.uk/

Address of the buyer profile: https://www.england.nhs.uk/

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

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

Reference number: C429681

II.1.2) Main CPV code

85145000

 

II.1.3) Type of contract

Services

II.1.4) Short 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.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 1 870 816.22  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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)

II.2.5) Award criteria

Quality criterion: Direct Award C criteria / Weighting: 80

Cost criterion: Value / Weighting: 20

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for up to a further 12 months

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

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.

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

05/03/2026

V.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Manchester University NHS Foundation Trust

OC388522

Finance & Procurement Business Unit Trafford General Hospital,Moorside Road M41 5SL

Manchester

M41 5SL

UK

E-mail: purchasing@mft.nhs.uk

NUTS: UK

The contractor is an SME: Yes

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: Lowest offer: 1 870 816.22  GBP / Highest offer: 1 870 816.22  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.<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.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Strand,

London,

WC2A 2LL

UK

Internet address(es)

URL: https://www.theroyalcourtsofjustice.com

VI.4.2) Body responsible for mediation procedures

High Court

Strand,

London,

WC2A 2LL

UK

Internet address(es)

URL: https://www.theroyalcourtsofjustice.com

VI.4.4) Service from which information about the review procedure may be obtained

High Court

Strand,

London,

WC2A 2LL

UK

Internet address(es)

URL: https://www.theroyalcourtsofjustice.com

VI.5) Date of dispatch of this notice

06/03/2026

Coding

Commodity categories

ID Title Parent category
85145000 Services provided by medical laboratories Miscellaneous health services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
england.commercialqueries@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.