Notice Information
Notice Title
Genomics England Researcher Platform
Notice Description
Genomics England are procuring a Researcher Platform, i.e. a coherent and interoperable set of tools to access, visualise, and analyse research data. Continuing our alignment with the government "cloud-first" strategy, the Researcher Platform will leverage the underlying cloud infrastructure which is procured separately. The Researcher Platform we are seeking to procure includes specialised tools, features to promote collaboration, and scientifically focused user interfaces missing from the standard cloud provider's toolkits. This will result in easier onboarding and adoption, better user experience, larger reach and scale-up. The procurement of the Researcher Platform is driven by Genomics England's commitment to serving Users. We aim to provide a secure, user-friendly platform that caters to varying technical abilities, ensuring that all users can effectively analyse data. This means procuring a platform with an optimal set of tools and capabilities to be leveraged to cater for these many varying needs and collaborating with a mature third-party provider that is willing to follow and implement the innovations that can improve user experience and research output. During the Contract Term the successful Supplier shall develop, Test, deploy, and support a Researcher Platform for a minimum of 600 Monthly Active Users over the Contract Term, rising to 2000 Monthly Active Users by the end of a possible five-year Contract Term. The Researcher Platform will conform with the requirements set out in the tender documentation. The expected contract signature date is April 2026, and the expected implementation period is up to 10 months. The Initial Term of the Contract from the Service Commencement Date will be three years, with the opportunity to extend by up to an additional two years, making the total possible Contract Term five years. After the Service Commencement Date, the successful Supplier will continue to develop, improve, and maintain the Researcher Platform, and provide the support services in accordance with the Contract.
Lot Information
Lot 1
Renewal: The Authority will be entitled at its absolute discretion to extend the Contract Term on the same terms and conditions for a further period or periods of up to a total extension period totalling 2 years form the original contract end date.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-051f54
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/025343-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
48517000 - IT software package
72222300 - Information technology services
72261000 - Software support services
72262000 - Software development services
72263000 - Software implementation services
Notice Value(s)
- Tender Value
- £14,400,000 £10M-£100M
- Lots Value
- £14,400,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 22 May 20259 months ago
- Submission Deadline
- 18 Jul 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 1 Feb 2030 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GENOMICS ENGLAND LIMITED
- Contact Name
- Not specified
- Contact Email
- supplier.engagement@genomicsengland.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- E14 5AB
- Post Town
- East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI42 Tower Hamlets
- Delivery Location
- Not specified
-
- Local Authority
- Tower Hamlets
- Electoral Ward
- Canary Wharf
- Westminster Constituency
- Poplar and Limehouse
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/025343-2025
22nd May 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-051f54-2025-05-22T17:25:19+01:00",
"date": "2025-05-22T17:25:19+01:00",
"ocid": "ocds-h6vhtk-051f54",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-08493132",
"name": "Genomics England Limited",
"identifier": {
"scheme": "GB-COH",
"id": "08493132"
},
"address": {
"streetAddress": "Level 21, One Canada Square",
"locality": "London",
"postalCode": "E14 5AB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI42"
},
"contactPoint": {
"email": "Supplier.Engagement@genomicsengland.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.genomicsengland.co.uk",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-COH-08493132",
"name": "Genomics England Limited"
},
"tender": {
"id": "GEL-RE-812-24",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Genomics England Researcher Platform",
"description": "Genomics England are procuring a Researcher Platform, i.e. a coherent and interoperable set of tools to access, visualise, and analyse research data. Continuing our alignment with the government \"cloud-first\" strategy, the Researcher Platform will leverage the underlying cloud infrastructure which is procured separately. The Researcher Platform we are seeking to procure includes specialised tools, features to promote collaboration, and scientifically focused user interfaces missing from the standard cloud provider's toolkits. This will result in easier onboarding and adoption, better user experience, larger reach and scale-up. The procurement of the Researcher Platform is driven by Genomics England's commitment to serving Users. We aim to provide a secure, user-friendly platform that caters to varying technical abilities, ensuring that all users can effectively analyse data. This means procuring a platform with an optimal set of tools and capabilities to be leveraged to cater for these many varying needs and collaborating with a mature third-party provider that is willing to follow and implement the innovations that can improve user experience and research output. During the Contract Term the successful Supplier shall develop, Test, deploy, and support a Researcher Platform for a minimum of 600 Monthly Active Users over the Contract Term, rising to 2000 Monthly Active Users by the end of a possible five-year Contract Term. The Researcher Platform will conform with the requirements set out in the tender documentation. The expected contract signature date is April 2026, and the expected implementation period is up to 10 months. The Initial Term of the Contract from the Service Commencement Date will be three years, with the opportunity to extend by up to an additional two years, making the total possible Contract Term five years. After the Service Commencement Date, the successful Supplier will continue to develop, improve, and maintain the Researcher Platform, and provide the support services in accordance with the Contract.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48517000",
"description": "IT software package"
},
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
},
{
"scheme": "CPV",
"id": "72261000",
"description": "Software support services"
},
{
"scheme": "CPV",
"id": "72262000",
"description": "Software development services"
},
{
"scheme": "CPV",
"id": "72263000",
"description": "Software implementation services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 17280000,
"amount": 14400000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The market engagement for this requirement started under PCR15 and can be accessed at the following address https://www.find-tender.service.gov.uk/Notice/024170-2024. This will be a three-stage procurement process, with a fourth contract finalisation stage. Further details on the process are set out in the ITT document. Stage One (CoP and Initial Tenders): Tenderers are invited to respond to an Invitation to Tender. The ITT document contains instructions regarding the response and completion of the Conditions of Participation response (Project Procurement Specific Questionnaire) and instructions for the submission of Initial Tenders. It also includes the Specification, the Draft Contract and other information regarding the Procurement Process. Tenderers must submit their completed PSQ and Initial Tenders in accordance with the ITT. PSQ's shall be assessed against the Conditions of Participation and the Initial Tenders shall then be evaluated in accordance with the Award Criteria set out in the ITT. The three highest ranking Tenderers shall be invited to the Dialogue Stage. Stage Two (Dialogue Stage): Following receipt of an invitation from the Authority, the Authority will enter into dialogue with each selected Tenderer to discuss their Initial Tender. Dialogue with the selected Tenderers will continue until the Authority is satisfied that one or more of the proposals received will meet its requirements and include all elements required and necessary for the performance of the Contract, or until the Authority concludes, in the case of any Tenderer, that it does not wish to continue dialogue. At the end of these sessions, the Authority will formally declare that dialogue has concluded and will request Final Tenders. Stage Three (Invitation to Submit Final Tenders (ITSFT)): Following dialogue, Final Tenders shall be requested and submitted by Tenderers in response to the ITSFT."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA",
"CPTPP"
],
"submissionMethodDetails": "Tenders must be submitted electronically via the e-tendering portal https://genomicsengland.bravosolution.co.uk",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-07-18T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-06-27T17:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-02-13T23:59:59+00:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 17280000,
"amount": 14400000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"description": "The lowest sustainable indicative total price will be given 100% of the price weighting, with other Tenders expressed as an inverse proportion of the lowest price. This will produce the total weighted price scores. Lowest sustainable indicative total price / Tender Price x % weighting = weighted price score",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "The Quality score will be made up of a number of questions relating to sub-criteria, namely: Researcher core functionality; Machine learning functionality; Keep pace with emerging needs; Integration and compatibility with tools and systems; Performance and scalability; Security compliance; Implementation; Test Management; Service delivery, including user management, training and support; User experience practices; Performance management; and Non-mandatory functional requirements. There will be a pass/fail element covering mandatory functional requirements. Draft Contract Criteria - Note that Tenderers are required to complete ITT Schedule 8 (Tender Response Document - Contract) as part of their submission over and above both the Quality Criteria and the Social Value Criteria. This ITT Schedule 8 document specifies which parts of the Draft Contract must be accepted to meet the mandatory Requirements and which elements that the Tenderer is permitted to mark up and provide their reasons for doing so (though please be aware that the Authority does not intend to negotiate the Draft Contract and the expectation is that Tenderers accept it). Tenderer's responses to the Draft Contract shall be scored in accordance with the scoring table set out in the ITT. The score shall translate into a potential deduction of a maximum of 5% from the Tenderers initial total score for Quality, Social Value and Price depending upon the outcome of the Contract Evaluation as set out in the tender documents.",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"description": "The social value element will cover the themes of Sustainable Procurement Practices (Policy Outcome 4) and Increasing productivity through physical and mental wellbeing (Policy Outcome 8).",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As described in ITT and its Appendix 1 - Procurement Specific Questionnaire."
},
{
"type": "technical",
"description": "As described in ITT and its Appendix 1 - Procurement Specific Questionnaire."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-02-01T23:59:59+00:00",
"maxExtentDate": "2032-01-31T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The Authority will be entitled at its absolute discretion to extend the Contract Term on the same terms and conditions for a further period or periods of up to a total extension period totalling 2 years form the original contract end date."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "025343-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/025343-2025",
"datePublished": "2025-05-22T17:25:19+01:00",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "A Supplier invoice will only be valid if it includes: the minimum required information set out in Section 68(9) of the Procurement Act 2023; all appropriate references including the Contract reference number and other details reasonably requested by the Buyer; the purchase order number provided by the Buyer; and a detailed breakdown of Delivered Services and Milestone(s) (if any). Further details on invoicing and disputed invoices are set out in the draft contract accompanying the ITT."
}
},
"language": "en"
}