Provision of end-to-end digital histopathology pathway service with integrated AI diagnostic support and NHS reporting
University Hospitals Plymouth NHS Trust is releasing this Intended Approach Notice as per the NHS Provider Selection Regime (PSR) using the Most Suitable Provider route.
As per schedule 5 under Regulation 10(3), please see below the required information.
1. University Hospitals Plymouth NHS Trust is intending to follow the Most Suitable Provider Process to award a contract.
2. The contract title - Provision of end-to-end digital histopathology pathway service with integrated AI diagnostic support and NHS reporting
The contract reference - C407455
3. Provision of fully integrated cancer diagnostic services, focused on the prostate cancer pathway – from biopsy room, digital request and logistics through controlled laboratory processing, AI-supported diagnosis, and visual structured reporting - delivered within guaranteed timeframes through a unified digital ecosystem under NHS-led clinical responsibility. The service enables structured data capture to support ongoing hospital process improvement, research, and performance monitoring. This procurement will be conducted under the NHS Provider Selection Regime (PSR) using the Most Suitable Provider route.
CPV Code - 85111800
4. The key decision makers involved in this procurement process are Rob Archer (Cellular & Anatomical Pathology Operations Manager), Mark Austin (Category Manager for Clinical Support)
Proactive Identification Care & Transfer (PICT) at UHP
The service to be implemented by Marie Curie in collaboration with UHP will enhance end-of-life care and alleviate pressure on hospital resources and provide better outcomes for patients at end of life. The service will expediate the improvement in end-of-life care with a particular emphasis on identification of patients that are nearing the end of their lives. This should result in helping establish people’s preferences and support earlier discharge or transfer to another care setting. In line with patient’s and family’s wishes.<br/>In coming to this decision the Trust considered the 5 key criteria above. These criteria are not weighted as they are equally important for this service. They clearly meet and in some elements exceed the requirements of this service.<br/><br/>The Key Criteria measures were<br/>1. Value For Money<br/>2. Quality & Innovation<br/>3. Integration, Collaboration & Service Sustainability<br/>4. Social Value<br/>5. Improving access, reducing health inequalities and facilitating choice<br/><br/>Decision makers in this process included Director of Integrated Care, Partnerships and strategy. The Trust End of Life Lead Manager, Transformation Team, Procurement, Finance, Trust Management Board Executives and many more internal Stakeholders.<br/><br/>There were no conflict of interests or potential conflicts of interest in the decision-making process.
This tender consists of 2 lots. Please refer to the tender documents for further information. This procurement is being managed by the Peninsula Purchasing and Supply Alliance on behalf of University Hospitals Plymouth NHS Trust
Additional information:
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
Provision of a Renal Dialysis Managed and Clinical Services for University Hospitals Plymouth NHS Trust
University Hospitals NHS Trust are looking for a supplier to provide a full range of renal dialysis and nephrology services for patients within Devon and East Cornwall.
University Hospitals Plymouth NHS Trust (UHP) is exploring options for the development of a new Pharmacy Aseptic Services suite. The proposed facility is intended to provide a comprehensive range of aseptic services including:
Chemotherapy preparation
Centralised Intravenous Additive Services (CIVAS)
Outpatient Antimicrobial Therapy (OPAT/OPIT) support
Clinical Trials aseptic support
Future-proofed capacity for expected demand growth
As part of this appraisal, the Trust is considering a range of potential delivery and funding models, including the possibility of forming a Joint Venture or other partnership with the private sector.
The purpose of this soft market testing exercise is to understand:
The level of interest from suppliers and investors in partnering with the Trust
The range of commercial, technical, and operational models available in the market
Key risks, dependencies, and proposed approaches
Potential timelines and delivery routes
Options that best support service continuity during construction
This exercise is not a call for competition, nor part of a formal procurement process. Responses received will help shape the Trust’s strategy and any potential future procurement.
To supply Blood Collection systems used for venepuncture for Devon and Wiltshire.
It is the intention of the Trusts to novate the award of this contract into the Pathology Managed Laboratory Service contracts in this region.
This procurement is being managed by the Peninsula Purchasing & Supply Alliance on behalf of Devon and Wiltshire and the following organisations:
• University Hospitals Plymouth NHS Trust
• Torbay & South Devon NHS Foundation Trust
• Royal Devon University Healthcare NHS Foundation Trust (Eastern & Northern)
• Salisbury NHS Foundation Trust
• Great Western Hospitals NHS Foundation Trust
The supply of Pharmacy Logistics service provision that spans the transportation and distribution of pharmaceutical medicines and devices requiring special handling to NHS Trust customers throughout the United Kingdom, this is mainly across the South West region but will include deliveries outside of the region.
Participating trusts include:
• Royal Cornwall Hospitals NHS Trust
• Royal Devon University Healthcare NHS Foundation Trust
• Gloucestershire Hospitals NHS Foundation Trust
• Great Western Hospitals NHS Foundation Trust
• North Bristol NHS Trust
• University Hospitals Bristol & Weston NHS Foundation Trust
• Dorset County Hospital NHS Foundation Trust
• Royal United Hospitals Bath NHS Foundation Trust
• University Hospitals Plymouth NHS Trust
Notice of Intention to make an award under the Most Suitable Provider (MSP) process - Provision of end-to-end digital histopathology pathway service with integrated AI diagnostic support and NHS reporting services
1. This is a Provider Selection Regime (PSR) Notice of Intention to make an award. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023.
This is a Notice of Intention to make an award and is being published in line with Regulation 12 - under The Health Care Services (Provider Selection Regime - PSR) Regulations 2023. The Most Suitable Provider Process shall be used to commission this service and award a contract.
2. The contract title and Reference -
Provision of end-to-end digital histopathology pathway service with
integrated AI diagnostic support and NHS reporting
The contract reference - C407455
3. The name and address of the registered office or principal place of business of the provider to whom the contract has been awarded -
Inify Laboratories Ltd
191c Nebula
Park Drive
Milton Park
Oxfordshire
England
OX14 4SE
4. A description of the relevant health care services to which the contract relates, including the most relevant CPV code -
Inify delivers a fully integrated, co-designed diagnostic service that aligns with NHS pathways, enables seamless information sharing, and strengthens multidisciplinary collaboration. Its resilient, scalable, and digitally enabled model ensures long-term service continuity and robust governance
85111800 - Pathology services
5. The lifetime value of the contract or, where it is not known, the amounts payable to the provider under the contract -
£275000
6. Details of the award decision-makers -
Rob Archer (Cellular & Anatomical Pathology Operations Manager), Mark Austin (Category Manager for Clinical Support)
7. A statement explaining the award decision-makers’ reasons for selecting the chosen provider, with reference to the key criteria -
Based on our assessment against PSR criteria, we believe Inify Laboratories is the only provider capable of delivering the required service for the following reasons:
• End-to-End Integrated Diagnostic Pathway: Inify offers a fully digital, AI-supported histopathology service covering the entire prostate cancer diagnostic workflow—from biopsy logistics to final reporting—within a unified digital ecosystem.
• Immediate Access to a Complete Digital Solution: Their platform is fully paperless and interoperable from day one, regardless of the Trust’s existing digital infrastructure.
• Specialist Focus and Proven Expertise: Inify is purpose-built for prostate cancer diagnostics, with 2.5 years of proven experience in Sweden, delivering faster and more accurate diagnoses compared to generalist labs.
• AI-Enhanced Accuracy and Efficiency: Validated AI tools significantly reduce diagnostic variation and improve turnaround times (average 3.5 days), supporting NHS reporting targets.
• ISO 15189 Accredited Digital Lab: Inify operates a fully standardised, controlled laboratory with embedded AI and an in-house LIMS, ensuring quality and compliance at scale.
• Alignment with NHS Objectives: The service directly supports the NHS Histopathology Improvement Plan and National Cancer reporting targets, while improving workforce efficiency and patient experience
8. Any declared conflicts or potential conflicts of interest -
No declared conflicts of interest
9. Information as to how any conflicts or potential conflicts of interest were managed -
Decision makers have completed and signed conflicts of interest declarations prior to commencing the process (no conflicts declared).
Proactive Identification Care & Transfer (PICT) at UHP
The service to be implemented by Marie Curie in collaboration with UHP will enhance end-of-life care and alleviate pressure on hospital resources and provide better outcomes for patients at end of life. The service will expediate the improvement in end-of-life care with a particular emphasis on identification of patients that are nearing the end of their lives. This should result in helping establish people’s preferences and support earlier discharge or transfer to another care setting. In line with patient’s and family’s wishes.<br/>In coming to this decision the Trust considered the 5 key criteria above. These criteria are not weighted as they are equally important for this service. They clearly meet and in some elements exceed the requirements of this service.<br/><br/>The Key Criteria measures were<br/>1. Value For Money<br/>2. Quality & Innovation<br/>3. Integration, Collaboration & Service Sustainability<br/>4. Social Value<br/>5. Improving access, reducing health inequalities and facilitating choice<br/><br/>Decision makers in this process included Director of Integrated Care, Partnerships and strategy. The Trust End of Life Lead Manager, Transformation Team, Procurement, Finance, Trust Management Board Executives and many more internal Stakeholders.<br/><br/>There were no conflict of interests or potential conflicts of interest in the decision-making process.
The contract involves the provision of a dedicated ambulance service to ensure the safe and efficient transportation of critically ill newborns. The service will include fully equipped custom ambulances built to accommodate the service incubators and specialist equipment as well as fully trained ambulance staff, to work along side our specialised medical professionals trained in neonatal care.
PPSA - Continence products with a home delivery service
he supply of Continence Products via a home delivery service for Trusts across the South West.<br/><br/>This procurement is being managed by the Peninsula Purchasing & Supply Alliance on behalf of the following Trusts across the South West:<br/>• University Hospitals Plymouth NHS Trust,<br/>• Royal Devon University Healthcare NHS Foundation Trust<br/>• Cornwall Partnership NHS Foundation Trust<br/>• NHS Cornwall & The Isles of Scilly ICB<br/>• Somerset NHS Foundation Trust<br/>• Dorset Healthcare University NHS Foundation Trust<br/>• NHS Dorset ICB<br/>• NHS Somerset ICB<br/>• Livewell South West<br/>• Cornwall Council<br/>• NHS Devon ICB<br/><br/>Please register your interest and all tender documentation will be sent to you.<br/>To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
University Hospitals Plymouth NHS Trust has compliantly awarded this contract based on a framework agreement without competition under the Provider Selection Regime (Regulation 18). As per Schedule 2 of the Provider Selection Regime, University Hospitals Plymouth NHS Trust provides the following information in support;<br/><br/>1. A direct award option has been made via a framework agreement and thus made without competition. The Trust has used the Shared Business Services Insourcing of Clinical Support Services Framework (Ref - SBS10203). <br/> <br/>2. The contract title is Insourcing of Neurology Outpatient Clinics and the reference is Ref - UHP/YMS202425NOP<br/> <br/>3. The name and address of the registered office or principal place of business of the provider to whom the contract has been awarded is Your Medical Services Ltd, Level 5 Broadgate Tower, 20 Primrose Street, London EC2A 2EW.<br/> <br/>4. A description of the relevant health care services to which the contract relates, including the most relevant CPV code. As follows - YMS to provide additional capacity for Neurology services. Activity will be consultant led and may include New Outpatient Clinics and Follow up Clinics.<br/> <br/>5. The lifetime value of the contract is £96,000<br/> <br/>6. The dates between which the contract provides for the services to be provided shall be June 27/06/24 - 31/03/25.<br/> <br/>7. Details of the award decision-makers are - Mark Austin (Category Manager-Procurement) and Donna Clewer (Service Line Manager). This project has also been ratified and approved at the relevant Trust Board meeting.<br/> <br/>8. Any declared conflicts or potential conflicts of interest. NIL<br/> <br/>9. Information as to how any conflicts or potential conflicts of interest were managed. Key Decision Makers have completed and signed a form confirming they have no conflicts of interest.