-
Healthcare
-

Trust Proceeds with £10 Million Contract Award Despite Warnings of Procurement Failures

By
Distilled Post Editorial Team

Hillingdon Hospitals NHS Foundation Trust is proceeding with the award of a £10 million contract for the management of its urgent care centres, despite formal advice from a central procurement review panel to abandon the process. The panel identified a series of errors during the bidding phase significant enough to expose any resulting contract to legal challenge from unsuccessful providers.

The review panel's findings used the term "highly material" to describe the failings identified, a characterisation that carries specific weight in procurement law. Errors meeting that threshold are generally considered serious enough to undermine the integrity of the tender process as a whole, rather than representing correctable procedural irregularities. The panel's advice was that the process should not proceed to contract award. The Trust's board has chosen to disregard that recommendation.

The specific concerns raised by the panel relate to how bids were scored and whether all providers competing for the contract were assessed on a consistent and equitable basis. Where scoring inconsistencies exist in a competitive tender, they create grounds for a legal claim by any bidder who can demonstrate that a flawed assessment affected the outcome. In a procurement of this value, the threshold for mounting such a challenge is not prohibitively high, and the Trust's decision to proceed increases rather than resolves that exposure.

The Trust has not made a detailed public statement setting out its reasoning, but the operational context is not difficult to identify. Urgent care centres represent front-door emergency capacity. A prolonged gap in provider arrangements carries direct consequences for patient flow and for the pressure placed on the main emergency department. Restarting a procurement of this complexity from the beginning would take a minimum of several months and potentially longer, during which contractual continuity would need to be maintained through interim arrangements that carry their own administrative and financial costs.

That operational rationale carries genuine weight, but it does not resolve the legal position. The decision to proceed with a procurement process that its own review panel has described as materially flawed transfers the financial risk from the inconvenience of restarting the tender to the potentially greater cost of defending or settling litigation. If an unsuccessful bidder brings a legal challenge and succeeds, the Trust could face damages, legal costs, and the requirement to rerun the process regardless, having absorbed the costs of the original flawed tender in the interim.

NHS England retains oversight responsibility for foundation trust governance and the handling of public funds. Whether it will intervene in this instance has not been confirmed. The Trust's decision to proceed against explicit expert advice places it in an uncomfortable position with respect to that oversight relationship, and creates a record that would be difficult to defend in any subsequent regulatory review or public accounts scrutiny.

The transparency concerns extend beyond the immediate contractual outcome. NHS procurement processes exist to ensure that public money is spent through fair and open competition, and that all providers are assessed by consistent standards. When a trust board proceeds with an award after being told the process did not meet those standards, it raises questions about the practical authority of review panels whose recommendations carry no binding enforcement mechanism. The panel identified the problem and issued its advice. The Trust acknowledged it and proceeded anyway. That sequence raises questions that sit beyond the immediate contractual dispute.

The financial arithmetic is straightforward in outline if not in detail. The contract is valued at £10 million. Legal costs in a contested NHS procurement dispute, including the Trust's own defence and any damages awarded, can reach sums that are not negligible relative to the contract value itself. If the Trust's assessment is that the procurement errors are unlikely to form the basis of a successful challenge, that calculation may prove correct. If it does not, the cost to public funds will exceed what a delay and rerun of the process would have required. The board has made a judgment that operational continuity justifies that risk. Whether that judgment was sound will become apparent in the months following contract award.