Section one: Contracting authority
one.1) Name and addresses
Liverpool Women's NHS Foundation Trust
Crown Street
Liverpool
L8 7SS
Contact
Mr Richard Crespin
Country
United Kingdom
Region code
UKD72 - Liverpool
Internet address(es)
Main address
https://www.liverpoolwomens.nhs.uk/
Buyer's address
https://www.liverpoolwomens.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
Other type
NHS Foundation Trust
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Outsourced Gynaecology Services to Liverpool Women's Hospital NHS Foundation Trust
Reference number
C393144
two.1.2) Main CPV code
- 85111300 - Gynaecological hospital services
two.1.3) Type of contract
Services
two.1.4) Short description
This is an Intended Approach Notice to follow the Most Suitable Provider (MSP) Process under the Provider Selection Regime (PSR).
This will be published for a minimum of 14 days as per the requirements of the Health Care Services (Provider Selection Regime) Regulations 2023.
This is to enable providers to approach the Authority and express their interest in being considered as the Most Suitable Provider.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85111300 - Gynaecological hospital services
two.2.3) Place of performance
NUTS codes
- UKD72 - Liverpool
two.2.4) Description of the procurement
This is an Intended Approach Notice to follow the Most Suitable Provider (MSP) Process under the Provider Selection Regime (PSR).
Liverpool Women’s Hospital NHS Foundation Trust requires additional outsourced outpatient clinic and theatre capacity to increase overall capacity for General Gynaecology services. Extremely high demand, driven by the unprecedented backlog created during the Covid-19 pandemic and internal staff capacity issues, is resulting in severe delays for routine care. To meet a proportion of this demand, it has been proposed to procure additional capacity from an independent provider via an outsourced model. The contracted services are anticipated to provide an initial capacity increase of up to 2600 outpatient appointments, including any diagnostic management and 500 surgical procedures. It will also be the responsibility of the outsourced provide to provider the administration wrap around.
This capacity needs to be provided by the 31st of March 2026; it is the responsibility of the provider to put a delivery model in place for this activity. Further activity beyond this date will be issued in due course subject to internal funding sign off.
All activity will remain LWH activity, with the external provider holding responsibility for seeing and treating the patient only. Activity will be recorded on LWH systems for activity recording and charging purposed.
Any provider will be expected to provide LWH, on a weekly basis, with a list of procedures completed, alongside patient level coding, to ensure accurate recording of patient episodes.
two.3) Estimated date of publication of contract notice
6 November 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: Yes
Section six. Complementary information
six.3) Additional information
This is an Intended Approach Notice to follow the Most Suitable Provider (MSP) Process under the Provider Selection Regime (PSR). 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 award decision-maker is the Director of Operations.