Planning

NHS Genomic Medicine Service - Most Suitable Provider Process

  • NHS England

F01: Prior information notice (prior information only)

Notice identifier: 2025/S 000-042969

Procurement identifier (OCID): ocds-h6vhtk-0565e9

Published 24 July 2025, 5:52pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

7&8 Wellington Place

Leeds

LS1 4AP

Email

anna.salt@nhs.net

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

Internet address(es)

Main address

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

Buyer's address

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

one.3) Communication

Additional information can be obtained from the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://health-family.force.com/s/Welcome

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

NHS Genomic Medicine Service - Most Suitable Provider Process

Reference number

C368833

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

This is an Intended Approach Notice to award contracts using the Most Suitable Provider (MSP) Process for the NHS Genomic Medicine Service (NHS GMS).

The draft service specification (the Specification) published as part of this MSP process defines the requirements, responsibilities, expertise and interactions of an integrated system of functions which must be provided cohesively as a complete set. The complete set of functions is made up of:
• Organisational leadership, governance and partnership arrangements;
• Delivery of genomic testing outlined in the National Genomic Test Directory (NGTD);
• Laboratory operating model;
• Clinical function: cancer genomics;
• Clinical function: rare disease;
• Clinical function: population health;
• Promotion of and supporting and leading where relevant science, research and / or innovation;
• Transformation and Service Improvement;
• People – workforce, education and training; and
• Data and digital

Providers should only respond to this Notice if they can demonstrate their experience, expertise, capability and readiness to meet the requirements of each of the functions set out in the Specification.

The Commissioner expects, based on knowledge accrued from legacy service provision and a period of market engagement, that only NHS organisations will be able to meet the requirements for the complete set of functions of the NHS GMS as set out in the Specification, and are therefore under consideration to be the Most Suitable Providers. The reasons for this include:
• The services being procured require to be integrated with existing NHS operations including shared IT systems, clinical pathways and a range of NHS-commissioned clinical services
• The services being procured require NHS clinical governance structures and direct NHS clinical care and safety oversight;
• The services being procured require seamless integration into existing NHS patient care pathways, data sharing and accountability; and
• The services being procured are intended to be delivered by existing NHS partners to support collaboration with system partners and the delivery of cross-organisational objectives and joint programmes aligned to national strategies.

The Commissioner's assessment of each potential provider's submission will take into account the basic selection criteria and the following key criteria:
• Quality and innovation;
• Value;
• Integration, collaboration and service sustainability;
• Improving access, reducing health inequalities and facilitating choice; and
• Social value.
The Commissioner's assessment will be on a pass/fail basis.

If you believe your organisation can provide the full set of requirements of the NHS GMS, please register on the e-Tendering portal at https://health-family.force.com/s/Welcome against project reference C368833 to access the MSP documentation and submit your response.
The deadline for submitting completed Expression of Interest Questionnaires and Declarations is 12pm, midday, on Thursday 21st August 2025.
It is anticipated that provider assessments will be completed between 27th August and 17th September 2025.

two.1.5) Estimated total value

Value excluding VAT: £3,850,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Lot 1 – North-West NHS GMS

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Please note that the contract value indicated in this notice is based on the values from year 2024/2025 for a maximum contract period of up to 10 years. Therefore, this contract value is an estimation only at this stage and is subject to change.

two.2) Description

two.2.1) Title

Lot 2 – North-East and Yorkshire NHS GMS

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)

two.2.4) Description of the procurement

Please note that the contract value indicated in this notice is based on the values from year 2024/2025 for a maximum contract period of up to 10 years. Therefore, this contract value is an estimation only at this stage and is subject to change.

two.2) Description

two.2.1) Title

Lot 3 – Central and South NHS GMS

Lot No

3

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)

two.2.4) Description of the procurement

Please note that the contract value indicated in this notice is based on the values from year 2024/2025 for a maximum contract period of up to 10 years. Therefore, this contract value is an estimation only at this stage and is subject to change.

two.2) Description

two.2.1) Title

Lot 4 – East NHS GMS

Lot No

4

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKH - East of England

two.2.4) Description of the procurement

Please note that the contract value indicated in this notice is based on the values from year 2024/2025 for a maximum contract period of up to 10 years. Therefore, this contract value is an estimation only at this stage and is subject to change.

two.2) Description

two.2.1) Title

Lot 5 – South-West NHS GMS

Lot No

5

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

Please note that the contract value indicated in this notice is based on the values from year 2024/2025 for a maximum contract period of up to 10 years. Therefore, this contract value is an estimation only at this stage and is subject to change.

two.2) Description

two.2.1) Title

Lot 6 – North Thames NHS GMS

Lot No

6

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Please note that the contract value indicated in this notice is based on the values from year 2024/2025 for a maximum contract period of up to 10 years. Therefore, this contract value is an estimation only at this stage and is subject to change.

two.2) Description

two.2.1) Title

Lot 7 – South-East NHS GMS

Lot No

7

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Please note that the contract value indicated in this notice is based on the values from year 2024/2025 for a maximum contract period of up to 10 years. Therefore, this contract value is an estimation only at this stage and is subject to change.

two.3) Estimated date of publication of contract notice

18 September 2025


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section six. Complementary information

six.3) Additional information

The NHS GMS was established by NHS England in 2018 to support standardised, high quality and equitable access to Genomic Medicine across the NHS in England and will be pivotal to ensuring that the NHS is the best-placed system in the world to harness advances in genomic science coupled with similar advances in data, AI and analytics.

To look to the future and to build on the commitments in the Accelerating Genomic Medicine in the NHS strategy, and to support the scale of change set out in the NHS 10 Year Health Plan for England and the Life Sciences Sector Plan, transformational change is now needed to deliver a clinical NHS GMS that is fit for purpose. From sickness to prevention, analogue to digital and hospital to community, the NHS GMS will play a key role in reshaping the way in which the NHS delivers care.

Each Lead Provider commissioned by NHS England to deliver the NHS GMS in a designated Lot will need to provide the requirements of the full set of functions as set out in the Specification. This will require each Provider to:

• Strategically work with commissioners, Providers and other stakeholders to maximise the benefits that genomics can deliver for patients, their families and carers, and communities more broadly;
• Drive new models of care informed by the use of genomics and changes in care pathways across rare diseases, cancer genomics, more common disease and in approaches to population health, underpinned by operational and clinical guidance and new services, including a new Genomics Population Health Service;
• Provide a comprehensive and equitable genomic testing offer with adoption of new advances and technologies linked to precision and ATMP medicines;
• Accelerate the use of automation and industrialisation in laboratory services, to create efficiencies, drive productivity, enable consolidation, deliver high throughput testing and reduce Turnaround Times;
• Further develop the genomic data and digital infrastructure, enabling genomic and clinical data to be connected in near real time, and ensuring data can be used for multiple purposes;
• Develop its multispecialty workforce to continue to mainstream genomics and to make genomics commonplace in the NHS through normalising its use and application across its geography; and
• Enable innovation, research and excellence in genomics, while generating and building evidence to adopt innovation into commissioning and supporting patients to access clinical trials.

Please note that the contract value indicated in this notice is based on the values from year 2024/2025 for a maximum contract period of up to 10 years. Therefore, this contract value is an estimation only at this stage and is subject to change.

This is a Provider Selection Regime (PSR) intended approach 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 Procurement Act Regulations 2023 do not apply to this award.
The intention is to award contracts using the Most Suitable Provider Process and the award decisions will be made by National Commissioning Group, Chaired by the NHS England National Director of Specialised Commissioning, and by the NHS England Commercial Executive Group, Chaired by the NHS England Chief Financial Officer.

Additional CPV codes include:
85145000-7 (Services provided by medical laboratories),
85148000-8 (Medical analysis services)
85111810-1 (Blood analysis services)
85121200-5 (Medical specialist services)
85140000-2 (Miscellaneous health services)