ºÚÁÏÉç

Construction Tenders

02 April 2026

Related Information

Construction Contract Leads

London

Category Services

Type Tender

No. of Lots 2

Status Active

Published 31st Mar 2026

Tender Details
Referenceocds-h6vhtk-0678e4
Common Procurement VocabularyLaboratory services
Procurement MethodOpen procedure
Value£1,300,000
« Previous Page

London

Category Services

Type Tender

No. of Lots 2

Status Active

Published 31st Mar 2026

Tender Details
Referenceocds-h6vhtk-0678e4
Common Procurement VocabularyLaboratory services
Procurement MethodOpen 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