Scope
Reference
PR-4691
Description
Storage, Retrieval and Management Solutions for Pathology Samples, Blocks and Slides associated consumables, software and services.
Offsite archive storage and retrieval services for:
• Glass slides and their associated documentation.
• Wax blocks and their associated documentation.
Includes associated software solutions to support with the management, archive, retrieval of pathology samples (in any form).
Includes consumables associated with management, archive, retrieval of pathology samples (in any form).
Includes scanning slides as a service and then ongoing storage and retrieval of the glass slides and images.
Key services covered:
• Storage (physical and virutal)
• Retrieval / Transport
• Management of Inventory
• Scanning projects
• Software / IMS
• Consumables associated
Items covered:
• pathology glass slides of tissue samples;
• wax blocked with fixed tissue samples;
• any other sample or tissue sample originating within a pathology department in any format;
• associated documentation with any of the above.
Commercial tool
Establishes an open framework
Total value (estimated)
- £100,000,000 excluding VAT
- £120,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 19 January 2026 to 18 January 2029
- Possible extension to 18 January 2034
- 8 years
Description of possible extension:
Commencement Date of first Framework.
Duration of first framework: 3 years.
Re-opening of first framework to Tenderers 6 months before expiry.
Second framework commencement and duration: 2 years.
Re-opening of second framework to Tenderers 6 months before expiry.
Third framework commencement and duration: 3 years
HTE reserves the right to extend each of the frameworks above by a further 12 months in line with section 49 of the Procurement Act. The maximum period of the Framework shall be 8 years including any extension options that have been applied.
Main procurement category
Services
CPV classifications
- 63121000 - Storage and retrieval services
- 63122000 - Warehousing services
- 85111800 - Pathology services
Contract locations
- UK - United Kingdom
Lot 1. Lot 1: Storage, Retrieval and Management of Pathology Samples
Description
Core requirements: Physical storage and management of Pathology Samples and associated records, retrieval of Pathology Samples and transportation, inventory management, destruction of Pathology Samples.
Optional requirements: provision of consumables associated with the Core requirements.
Lot value (estimated)
- £40,000,000 excluding VAT
- £48,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Lot 2: Pathology Slide Scanning Services and Solutions
Description
Core requirements: Off Site Pathology slide scanning to generate Whole Slide Images, electronic retrieval services Whole Slide Images and retrieval of Pathology Samples and transportation.
Optional requirements: Physical storage and management of Pathology Samples and associated records, inventory management, Virtual Storage Solutions, Image Management Systems and AI solutions, provision of consumables associated with the Core requirements, destruction of Pathology Samples, deletion of Whole Slide Images and associated records.
Lot value (estimated)
- £40,000,000 excluding VAT
- £48,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Lot 3: Specialised Stem Cell Storage
Description
Core Requirements: Physical storage and management of stem cells in appropriate conditions and associated records, retrieval of stem cells and transportation in appropriate conditions, inventory management, destruction of stem cells.
Lot value (estimated)
- £10,000,000 excluding VAT
- £12,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 4. Lot 4: Aggregated Lot
Description
Aggregation of Lot option (1-3) is designed to accommodate suppliers who can offer more than one lot service provision, combining them under a single agreement. This approach ensures that the Participating Authorities have access to a variety of services either from a single supplier or a cooperative of suppliers, enhancing the convenience and adapting a solution to their needs.
Lot value (estimated)
- £30,000,000 excluding VAT
- £36,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Open framework scheme end date (estimated)
18 January 2034
Maximum number of suppliers
Unlimited
Framework operation description
Suppliers will be ranked based on their technical and commercial scores at award stage of this Framework.
Call Off contracts will then be awarded via Direct Award or through further mini-competition with awarded suppliers under the applicable Lots. Specific technical and/or commercial elements will be awarded, scored and fed back on for all suppliers at framework award stage. Due to the unique nature of these services, they may align to a customers requirements in these areas. These unique requirements and service offerings will be differentiators at any call off stage, as well as any specific technical or commercial requirements presented by suppliers on the public sector landscape.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
The framework will be open to all UK contracting authorities as defined in Section 1 of the Procurement Act 2023. In particular, entities of a health and/or social care nature listed in the spreadsheet at https://www.ons.gov.uk/methodology/classificationsandstandards/economicstatisticsclassifications/introductiontoeconomicstatisticsclassifications are envisaged as users.
This includes each organisation's successors, assigns, equivalents, and associated bodies formed through organisational changes. The framework is open to: any UK health/social care bodies; organisations with similar procurement needs; and UK central government authorities listed in Annex I of Directive 2014/24/EU, where still relevant under retained EU law and consistent with the Procurement Act 2023.
Participation
Legal and financial capacity conditions of participation
Lot 1. Lot 1: Storage, Retrieval and Management of Pathology Samples
Lot 2. Lot 2: Pathology Slide Scanning Services and Solutions
Lot 3. Lot 3: Specialised Stem Cell Storage
Lot 4. Lot 4: Aggregated Lot
As per "ITT Guidance - Framework - Slide Storage" and PSQ requirements.
Technical ability conditions of participation
Lot 1. Lot 1: Storage, Retrieval and Management of Pathology Samples
Lot 2. Lot 2: Pathology Slide Scanning Services and Solutions
Lot 3. Lot 3: Specialised Stem Cell Storage
Lot 4. Lot 4: Aggregated Lot
As per "ITT Guidance - Framework - Slide Storage" and PSQ requirements.
Particular suitability
Lot 1. Lot 1: Storage, Retrieval and Management of Pathology Samples
Lot 2. Lot 2: Pathology Slide Scanning Services and Solutions
Lot 3. Lot 3: Specialised Stem Cell Storage
Lot 4. Lot 4: Aggregated Lot
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Publication date of tender notice (estimated)
10 November 2025
Enquiry deadline
19 November 2025, 3:00pm
Tender submission deadline
26 November 2025, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
12 December 2025
Award criteria
Name | Type | Weighting |
---|---|---|
Technical (including 10% Social Value) | Quality | 70% |
Commercial | Cost | 30% |
Procedure
Procedure type
Open procedure
Reduced tendering period
Yes
Qualifying planned procurement notice - minimum 10 days
Contracting authority
Mid South Essex NHS Foundation Trust
- NHS Organisation Data Service: RAJ
Nether Mayne
Basildon
SS16 5NL
United Kingdom
Contact name: Customer Care
Telephone: 01268 524900
Email: customercare@htepg.com
Website: https://www.mse.nhs.uk/
Region: UKH37 - Essex Thames Gateway
Organisation type: Public authority - central government
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
HealthTrust Europe LLP
Summary of their role in this procurement: On 11th August 2021, Mid and South Essex NHS Foundation Trust (MSE) published a contract notice for procurement partner services. HealthTrust Europe LLP (HTE) was selected to provide these services under the MSE Framework, including access to HTE's public sector frameworks. HTE is now conducting this procurement exercise as part of its services to the Customers under the MSE Framework.
- Companies House: OC358224
19 George Road
Birmingham
B15 1NU
United Kingdom
Contact name: Customer Care
Telephone: 08458875000
Email: customercare@htepg.com
Website: https://www.healthtrusteurope.com
Region: UKG31 - Birmingham