Contract

Intention to Award LWH Gynaecology Outsourcing

  • Liverpool Women's NHS Foundation Trust

F03: Contract award notice

Notice identifier: 2025/S 000-070165

Procurement identifier (OCID): ocds-h6vhtk-05d83b

Published 31 October 2025, 3:13pm



Section one: Contracting authority

one.1) Name and addresses

Liverpool Women's NHS Foundation Trust

Crown Street

Liverpool

L8 7SS

Email

richard.crespin@lwh.nhs.uk

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.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

Intention to Award LWH Gynaecology Outsourcing

two.1.2) Main CPV code

  • 85111300 - Gynaecological hospital services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Outsourced Gynaecology Services to Liverpool Women's Hospital NHS Foundation Trust.

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: £800,000

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 notice is an intention to award a contract under the PSR Most Suitable Provider process.
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.
Core functions to be provided:
• own premises, needs to be able to provide administrative wrap around, diagnostic services, IP facility, and OP facility. MDT teams including Consultant, Healthcare, RGN, Sonographer, Radiographer, Radiologist, Pharmacist etc
• IT system for data transfers back into LWH
• Peer audit capability
The approximate lifetime value of the contract is £800,000.
This is to provide additional capacity by a new provider (Aset Hospital Limited) for an existing service until 31/03/2026.

two.2.5) Award criteria

Quality criterion - Name: Most Suitable Provider process with regard to the key criteria. / Weighting: 100

Cost criterion - Name: Most Suitable Provider process with regard to the key criteria. / Weighting: 0

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. 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 publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by Wednesday the 12th of November 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Most Suitable Provider process.

Written representations should be sent to the following address:
richard.crespin@lwh.nhs.uk

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: Yes


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

30 October 2025

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

ASET HOSPITAL LIMITED

1 Sandstone Drive

Whiston

L35 7LS

Country

United Kingdom

NUTS code
  • UKD72 - Liverpool
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: £800,000

Total value of the contract/lot: £800,000


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award 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 to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by Wednesday the 12th of November 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR Most Suitable Provider process.

Written representations should be sent to the following address:
richard.crespin@lwh.nhs.uk

This award has been approved by the Director of Operations.

A declaration of interest exercise was undertaken and no conflicts of interest were identified.

The new provider has been identified as the most suitable provider to meet the basic criteria of capability, capacity and location, as well as evidence of regulatory requirements.
The relative importance of the key criteria used to make the decision to award the Outsourcing of General Gynaecology services are as follows:
a) Evidence of patient pathway information including innovative practice regarding well-being assessment. Evidence of 7-day services to support patients.
b) Ability to deliver the service at NHS tariff, demonstrating value for money. Following review, this includes full delivery of pathways and service delivery expected of NHS services.
c) Evidence that provider works in the local region, have evidence of liaising with local primary care and community services to ensure continuity of care. Provider could evidence working with other local NHS providers and collaboration to meet the needs of local services and wait times.
d) Provider could evidence that they have fixed, registered estate within the required distance from Liverpool Women’s Hospital which would therefore reduce Health Inequalities for patients by reducing travel implications. Demonstrated ability to meet the service and numbers requirements to reduce patient waiting times.
e) Ability to reduce patient waiting times will significantly impact social value by mobilising more people back to work, reducing potential sickness absence for patients and ability to function in their daily lives by having quicker access to treatment, thus significantly improving quality of life.

six.4) Procedures for review

six.4.1) Review body

High Court of Justice for England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom