Section one: Contracting authority
one.1) Name and addresses
Liverpool Women's NHS Foundation Trust
Crown Street
Liverpool
L8 7SS
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