Section one: Contracting authority
one.1) Name and addresses
Great Western Hospitals NHS Foundation Trust
Marlborough Road
Swindon
SN3 6BB
Contact
BSW Procurement helpdesk
support@salisburyfoundationtrust-support.freshdesk.com
Country
United Kingdom
Region code
UKK14 - Swindon
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Contract for the provision of pathology diagnostic testing (S4 network)
two.1.2) Main CPV code
- 85111800 - Pathology services
two.1.3) Type of contract
Services
two.1.4) Short description
This is direct award to Oxford University Hospital NHS Foundation Trust (referred to as OUH), for the provision of pathology diagnostic testing under the Provider Selection Regime (PSR) "Most Suitable Provider". This is an inter-NHS contract award.
As shown in the disclosed criteria, the main weighted criteria, Integration, collaboration and service is
weighted at 50% as the key objective to centralise testing within the S4 pathology network, connected via LIMs. The other elements of quality-led criteria total a further 40% of the weighting. Value in terms of cost
has been weighted at 10%, because integration, and maintaining the quality of the service is the main objective.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,040,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
Main site or place of performance
Oxford University Hospital NHS Foundation Trust
Headley Way,
Oxford
OX3 9DU
two.2.4) Description of the procurement
This is a direct award to Oxford University Hospital NHS Foundation Trust (OUH) under the
Provider Selection Regime (PSR) using the "Most Suitable Provider" process. The contract is for the provision of pathology diagnostic testing currently outsourced within the NHS.
As per the NHSE strategy to deliver cost effective pathology services and build resilience, improve internal delivery and deliver social value, GWH will be repatriating some of its existing outsourced testing within its NHS partners for Immunology/Haematology /Blood sciences into the S4 Pathology network hub.
English Trusts are divided into various pathology networks with a central hub arrangement. GWH is part of S4. The network participants are connected via Lims which went Live for GWH in May 2025.
The contract term is for one year, from 06/06/2025 to 05/06/2026.
The estimated contract value for one year is £2,400,000. This contract value is a forecast only. The value of the contract is determined by the test type, actual test volume and driven by patient need. Contract value for 25025/2026 will be subject to benchmark prior to contract expiry.
As shown in the disclosed criteria, the main weighted criteria, Integration, Collaboration and Service is
weighted at 50%, as the key objective to centralise testing within the S4 pathology network, connected via LIMs. The other elements of quality-led criteria total a further 40% of the weighting. Value in terms of cost
has been weighted at 10% because integration, and maintaining the quality of the service is the main objective.
GWH will be awarding this contract under PSR “Most suitable provider” as OUH are the only organisation that is a) part of the S4 pathology network and therefore fulfils NHSE strategic requirements for a future pathology service b) as the hub lead, can deliver the testing required c) from May 2025, will be connected to OUH via LIMs.
OUH already deliver part of the testing requirement under existing arrangements. University Hospital Southampton NHS Foundation Trust (referred to as UHS) also provide pathology testing services to GWH under long term contractual arrangements. GWH are awarding this under the PSR regime as the “Most Suitable provider” as OUH is a) the hub lead and b) connected to GWH via LIMs. GWH will no longer be able to transfer those tests via any other route. UHS are supporting GWH as part of the transfer of the work into OUH. This process will therefore centralise the inter NHS testing under one contract.
two.2.5) Award criteria
Quality criterion - Name: Integration, collaboration and service sustainability / Weighting: 50%
Quality criterion - Name: Improving access, reducing health inequalities and facilitating choice / Weighting: 20%
Quality criterion - Name: Quality and Innovation / Weighting: 10%
Quality criterion - Name: Social Value / Weighting: 10%
Cost criterion - Name: Value / Weighting: 10%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
This is a Provider Selection Regime (PSR) intention to award notice (F03) . 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. GWH intends to observe a standstill period of eight working days. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to decision makers by 4pm 5th June 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR'.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 May 2025
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
OXFORD UNIVERSITY HOSPITALS NHS FOUNDATION TRUST
John Radcliffe Hospital Headley Way Headington Oxford
Oxford
OX3 9DU
Country
United Kingdom
NUTS code
- UKK - South West (England)
National registration number
00000N/A
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £2,040,000
Total value of the contract/lot: £2,040,000
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice (FO3). 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 4pm 5th June 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.’
Any representations should be forwarded in the first instance to the BSW Procurement Helpdesk, support@salisburyfoundationtrust-support.freshdesk.com
The award decision makers are Noman Manzoor - Director of Pathology at Great Western
Hospitals (GWH) and Rob Webb - Director of Procurement for BSW Alliance, on behalf of
Great Western Hospitals (GWH). Both decision makers have confirmed they are not subject
to any conflict of interest and can demonstrate a clear and transparent application of the
service criteria during their decision process.
The decision process was based on a review of the requirement and the strategy involving OUH as described above against a set of 5 criteria with a total weighting of 100% as published.
six.4) Procedures for review
six.4.1) Review body
Salisbury Managed Procurement Services
Salisbury NHS Foundation Trust, Odstock Road
Salisbury
SP2 8BJ
Country
United Kingdom