Construction Contract Leads
London
Category Services
Type Tender
No. of Lots 2
Status Active
Published 31st Mar 2026
| Reference | ocds-h6vhtk-0678e4 |
| Common Procurement Vocabulary | Laboratory services |
| Procurement Method | Open procedure |
| Value | £1,300,000 |
London
Category Services
Type Tender
No. of Lots 2
Status Active
Published 31st Mar 2026
| Reference | ocds-h6vhtk-0678e4 |
| Common Procurement Vocabulary | Laboratory services |
| Procurement Method | Open procedure |
| Value | £1,300,000 |
Scope
Reference
5634/26
Description
Environment media testing services: We send to external labs the Broth, media plates etc. to test to ensure that our units are operating within the permissible parameters and we have no serious contamination or microbiological growth. The service of this lab is to validate or confirm the viability of the media purchased from supplier for Microbiological testing media
Total value (estimated)
- £1,300,000 excluding VAT
- £1,560,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 10 June 2026 to 8 June 2029
- Possible extension to 6 June 2031
- 4 years, 11 months, 27 days
Description of possible extension:
If the Trust is satisfied with the services provided by the supplier(s), it may elect to extend the contract for up to two additional 12-month periods.
Options
The right to additional purchases while the contract is valid.
If the Trust is satisfied with the services provided by the supplier(s), it may elect to extend the contract for up to two additional 12-month periods.
Main procurement category
Services
CPV classifications
- 71900000 - Laboratory services
Contract locations
- UKI - London
- UKI4 - Inner London - East
Lot constraints
Maximum number of lots a supplier can bid for: 1
Maximum number of lots a supplier can be awarded: 1
Description of how multiple lots may be awarded:
Both lots can be awarded to a single supplier
Lot Lots 1. WFI & Product Testing - Technical Requirements - Mandatory
Description
Lot 1 – WFI & Product Testing: The service provider must be able to perform:
• Routine microbiological testing of raw materials, intermediates, and finished products
• Water testing (Purified Water & Water for Injection)
• Sterility testing
• Bioburden and endotoxin testing
• Pathogen detection and identification
• Validation/verification studies (e.g., method suitability, disinfectant efficacy)
• Support for investigations, OOS/OOT, and CAPA activities
Lot value (estimated)
- £1,000,000 excluding VAT
- £1,200,000 including VAT
Same for all lots
CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot Lots 2. Microbial identification
Description
Lot 2 – Microbial identification: The service provider must be able to perform:
• Microbial identification using MALDI TOF or DNA sequencing
Lot value (estimated)
- £300,000 excluding VAT
- £360,000 including VAT
Same for all lots
CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.
Participation
Particular suitability
Lot Lots 1. WFI & Product Testing - Technical Requirements - Mandatory
Lot Lots 2. Microbial identification
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
21 April 2026, 12:00pm
Tender submission deadline
8 May 2026, 12:00pm
Submission address and any special instructions
User Guide:
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
29 May 2026
Recurring procurement
Publication date of next tender notice (estimated): 13 January 2031
Award criteria
| Name | Description | Type |
|---|---|---|
| Document 2 - URS for Microbiological Services | Pass/Fail | Quality |
| Questionnaire 2 - Commercial Response | Commercial Value | Price |
| Questionnaire 1 - Technical and Social Value Response | Technical Quality Response | Quality |
Weighting description
Document 2 - Pass/Fail
Questionnaire 1 - Technical and Social Value Response - 50.00%
Questionnaire 2 - Commercial Response - 50.00%
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Guy's and St Thomas' NHS Foundation Trust
- Public Procurement Organisation Number: PDZC-6438-DGPX
Great Maze Pond
London
SE1 9RT
United Kingdom
Contact name: Busayo Omoyajowo
Email: b.omoyajowo [at] nhs.net
Website:
Region: UKI44 - Lewisham and Southwark
Organisation type: Public authority - central government
