Section one: Contracting authority
one.1) Name and addresses
NHS England
7&8 Wellington Place
Leeds
LS1 4AP
Contact
Jessica Gaucher-Thomspon
jessica.gaucher-thompson@nhs.net
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to 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
Specialised Adult whole-body MRI (WBMRI) Surveillance for Cancer Predisposing Syndromes
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Arden and Greater East Midlands Commissioning Support Unit (AGCSU),on behalf of NHS England Specialised Commissioning (referred to as the Authority) is inviting suitably qualified and experienced providers to express interest in the provision of Specialised Adult whole-body MRI (WBMRI) Surveillance for Cancer Predisposing Syndromes by responding to this accreditation process.
As a result of this procurement exercise an agreement will be established with the successful bidder(s) for a period of three (3) years with the Commissioners having the option to extend for up to an additional two (2) year(s) (maximum contract duration five (5) years).
The deadline for submissions is12.00pm (noon) on Monday 8 December 2025.
The successful Providers are expected to be fully operational, providing services from 01 May 2026.
two.1.5) Estimated total value
Value excluding VAT: £3,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The key objective of this procurement is to commission Specialised Adult whole-body MRI (WBMRI) Surveillance for Cancer Predisposing Syndromes. Services will be commissioned across seven (7) geographical regions to serve the population of England, as outlined below:
Lot 1: London
Lot 2: East of England
Lot 3: South East
Lot 4: South West
Lot 5: Midlands
Lot 6: North East and Yorkshire
Lot 7: North West
Bidders are to note:
- There is no restriction on the number of sites that may be commissioned.
- Providers must be located in and deliver services from the defined geographical area(s) that they are interested in providing services to.
Link to NHS England Regions:
NHS England » Regional teams (https://www.england.nhs.uk/about/regional-area-teams/).
Inherited cancer predisposition syndromes are genetic conditions that increase the risk of developing one or more types of cancer. Scanning will be commissioned for three rare inherited cancer predisposition syndromes; Li-Fraumeni syndrome (LFS), constitutional mismatch repair deficiency syndrome (CMMRD) and rhabdoid tumour predisposition syndrome (RTPS).
Published clinical guidelines for these conditions recommend the use of regular whole-body MRI (WBMRI) with the aim of detecting cancers at an early stage. The provision of expanded capacity for WBMRI scanning aims to improve clinical care of individuals once an inherited cancer predisposition has been diagnosed.
Providers will:
• Provide, interpret and report WB-MRI Scanning for the patient cohort described.
• Provide, interpret, and report brain MRI Scanning (the first one with contrast when possible).
• Establish effective pathways (including sharing results) with providers.
• Be linked to regional genetic centres to allow continuity of care.
• Facilitate communication with referrers including consultant clinical geneticists
• Have capacity to plan and undertake WBMRI under general anaesthetic if re-quired.
• Have information governance processes that permit sharing clinical and imaging data across organisations involved with providing a cancer surveillance service, and collection of clinical outcome and monitoring data.
• Engage positively with associated patient support groups.
• Ensure clear communication with Genetics Services and patients, to support patients to make decisions on where to access screening.
• Work collaboratively with other organisations e.g. within imaging networks, to provide scanning and reporting capacity and expertise to meet the needs of their population including transition between paediatric and adult services.
• Operate Quality Assessment processes according to CQC standards
• Screening will be in addition to breast screening undertaken through the National VHRS Programme
• Provide facilities will be in line with NHS guidance on Facilities for diagnostic imaging and interventional radiology.
• Support continued educational initiatives for non-genetics healthcare professionals to improve expertise and understanding of cancer predisposition syndromes.
• Liaise with partners across cancer alliances to support early diagnosis innovation opportunities
• Ensure screening frequency will be in accordance with surveillance protocols.
Providers must be able to meet the requirements set out in this Competitive Process and deliver the contract in accordance with its terms.
To express interest and participate in the Competitive Process, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome Should Tenderers have any queries, or problems using the portal, they should contact the Helpdesk at:
Phone: 08000988201
E-mail: support-health@atamis.co.uk
The closing date for completed Competitive Process responses is 12:00pm (noon), on Monday 8 December 2025.
Atamis Project reference C310713.
The contract duration is for three (3) years with the Commissioners having the option to extend for up to an additional two (2) year(s) (maximum contract duration five (5) years).
This is a Provider Selection Regime (PSR) Contract 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 Public Contracts Regulations 2015 do not apply.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract duration is for three (3) years with the Commissioners having the option to extend for up to an additional two (2) year(s) (maximum contract duration five (5) years).
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
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 December 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 5 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
27 October 2025
Local time
8:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
NHS Arden and Greater East Midlands Commissioning Support Unit
Cardinal Square, 10 Nottingham Road
Derby
DE1 3QT
Country
United Kingdom