Tender

Appointment of a Contract Manufacturing Organisation for Production of DST-F to GMP Standards

ANIMAL AND PLANT HEALTH AGENCY

This public procurement record has 6 releases in its history.

TenderUpdate

13 Nov 2025 at 12:39

Tender

10 Nov 2025 at 15:17

PlanningUpdate

05 Sep 2025 at 15:28

Planning

05 Sep 2025 at 15:16

Planning

06 Jun 2025 at 11:35

Planning

02 Jun 2025 at 13:52

Summary of the contracting process

The Animal and Plant Health Agency (APHA), based in London, is undertaking a procurement process to appoint a Contract Manufacturing Organisation (CMO) for the production of DST-F reagent to EU Good Manufacturing Practice (GMP) standards. This process is classified under the industry category of pharmaceutical products and involves the UK location. The current procurement stage is active, with an open competitive procedure being conducted according to the Procurement Act 2023. Key dates include a tender submission deadline on 15th December 2025, and the award period ends on 1st April 2026. The contract covers a term from April 2026 to April 2033, with potential extensions up to 2035. Interested parties must submit tenders electronically via the eSourcing portal, ensuring detailed documentation and compliance with required standards.

This tender presents significant business growth opportunities, particularly for organisations specialised in pharmaceutical manufacturing, quality assurance, and regulatory compliance within GMP standards. Small and Medium-sized Enterprises (SMEs) with capabilities in technical transfer, commercial production, and supply chain management of diagnostic products are encouraged to participate. The projected value of the contract at nearly £12 million underscores the potential impact on business scale and market reach. Additionally, the scope includes potential options such as licensing agreements and expanded geographical supply, enhancing prospects for businesses seeking to establish or strengthen international partnerships. Participants should also be prepared to meet conditions of participation and deliver comprehensive initial submissions, as negotiations are not guaranteed.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Appointment of a Contract Manufacturing Organisation for Production of DST-F to GMP Standards

Notice Description

A Contract Manufacturing Organisation (CMO) certified to EU Good Manufacturing Practice (GMP) standards is required to work in partnership with the Authority to achieve UK Marketing Authorisation (MA) and, thereafter, undertake the scaled up production and supply of the DST-F reagent, a diagnostic skin test to Detect Infected among Vaccinated Animals (DIVA). This will involve the technology transfer of the research grade fusion protein-based reagent from the current ISO-accredited provider.

Lot Information

Lot 1

Options: The Contracting Authority may, at its sole discretion, exercise one or more of the following options during the term of the Contract: - Grant a commercial licensing agreement to the successful Supplier for the manufacture and supply of DST-F to Rest of World (RoW) markets, subject to separate agreement and regulatory approvals. - Expand the scope of services to include support for additional Marketing Authorisation applications outside Great Britain. - Increase the volume of DST-F doses required, subject to policy changes and budget availability. These options are provided for in the original procurement and shall be exercised only where they do not substantially alter the nature of the Contract. The Supplier shall be notified in writing of the Authority's intention to exercise any option, and the parties shall agree any contract variations

Renewal: The Contracting Authority reserves the right to extend the Contract by up to twenty-four (24) months, in increments of twelve (12) months, subject to satisfactory performance and continued operational need. Any extension shall be exercised by giving the Supplier no less than six (6) months' written notice prior to the expiry of the initial term. All terms and conditions shall remain unchanged during the extension period unless otherwise agreed in writing.

Planning Information

Department of Environment, Food and Rural Affairs (Defra) on behalf of Animal and Plant Health Agency (APHA) wishes to inform potential suppliers of an upcoming procurement opportunity and to invite them to participate in early market engagement. The market engagement will consist of; 1. virtual Supplier Briefing Presentation, 2. the issuance of Information pack and Market Engagement Questionnaire (MEQ) and 3. 1:1 Supplier Feedback Sessions to discuss the information provided in the MEQ and further understand supplier capabilities with regard to this requirement. It is important to note that this is not a call for competition. Overview of Requirements: Defra is seeking to appoint a Contract Manufacturing Organisation who will work in partnership with the Authority to achieve UK Marketing Authorisation of the Diva Skin Test – Fusion (DST-F) and, thereafter scale up production for its supply. The services will include: • Technical transfer of the DST-F product • Production of consistency batches • Support the Authority’s Marketing Authorisation submission • Commercial manufacture and supply of DST-F to UK upon successfully obtaining Marketing Authorisation • Prospective supply to rest of the world, subject to relevant marketing authorisations being achieved Supplier Briefing Presentation: We now invite potential suppliers to a briefing presentation, where we will provide a detailed overview of our requirements and the intended procurement process. This event will be an opportunity for suppliers to gain a better understanding of our needs and to engage with our team. Date: Friday 27th of June 2025 Time: 10:00am Location: Virtual Meeting via the Microsoft Teams Platform How to Participate: Interested suppliers are invited to register their interest in this opportunity via email to: Olubunmi.Akinmade@defra.gov.uk using the email title, ‘Contract Manufacturing Organisation for Production of DST-F to GMP Standards - Interested Supplier’. Upon registration, suppliers will receive further details about the Supplier Briefing Presentation Day. Please include the following information in your email: • Company name • Contact details – email address, preferred person to contact, role or position in company, telephone number • Confirm whether you are a GMP manufacturer or not Information Pack and Market Engagement Questionnaire (MEQ): Shortly following the Supplier Briefing Presentation, we will issue an Information document and a Market Engagement Questionnaire to suppliers that registered interest. The purpose of this is to provide suppliers with the information of the upcoming procurement opportunity and invite them to: • Provide feedback on Scope/Requirements • Provide feedback on the Commercial approach • Provide feedback on the proposed Terms and Conditions • Provide input into the procurement process Please note due to the sensitive nature of the requirement, all interested suppliers will be required to sign and return an Authority provided Non-Disclosure Agreement in order to participate. The documents are designed to gather valuable input from interested suppliers to inform our procurement strategy and requirements. Timeline: • Early Market Engagement Publication: Friday 6th June 2025 • Registration Deadline: 3pm on Tuesday 24th June 2025 • Supplier Briefing Presentation: Friday 27th June 2025 • Information Pack and MEQ Issuance: Monday 30th June 2025 • MEQ Submission Deadline: 3pm Monday 14th July 2025 • 1:1 Supplier Feedback Sessions: Wednesday 16th July 2025 Contact Information: For any queries related to this procurement, please contact: Name: Olubunmi Akinmade Position: Senior Commercial Officer Email: Olubunmi.akinmad@defra.gov.uk Thank you for your interest.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-052ac4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/073510-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33600000 - Pharmaceutical products

Notice Value(s)

Tender Value
£9,786,429 £1M-£10M
Lots Value
£9,786,429 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Nov 20253 months ago
Submission Deadline
15 Dec 2025Expired
Future Notice Date
6 Oct 2025Expired
Award Date
Not specified
Contract Period
19 Apr 2026 - 19 Apr 2033 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ANIMAL AND PLANT HEALTH AGENCY
Additional Buyers

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

Contact Name
Olubunmi Akinmade
Contact Email
olubunmi.akinmade@defra.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-052ac4-2025-11-13T12:39:22Z",
    "date": "2025-11-13T12:39:22Z",
    "ocid": "ocds-h6vhtk-052ac4",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "029195-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/029195-2025",
                "datePublished": "2025-06-02T14:52:28+01:00",
                "format": "text/html"
            },
            {
                "id": "030560-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/030560-2025",
                "datePublished": "2025-06-06T12:35:47+01:00",
                "format": "text/html"
            },
            {
                "id": "054409-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/054409-2025",
                "datePublished": "2025-09-05T16:16:49+01:00",
                "format": "text/html"
            },
            {
                "id": "054416-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/054416-2025",
                "datePublished": "2025-09-05T16:28:32+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Department of Environment, Food and Rural Affairs (Defra) on behalf of Animal and Plant Health Agency (APHA) wishes to inform potential suppliers of an upcoming procurement opportunity and to invite them to participate in early market engagement. The market engagement will consist of; 1. virtual Supplier Briefing Presentation, 2. the issuance of Information pack and Market Engagement Questionnaire (MEQ) and 3. 1:1 Supplier Feedback Sessions to discuss the information provided in the MEQ and further understand supplier capabilities with regard to this requirement. It is important to note that this is not a call for competition. Overview of Requirements: Defra is seeking to appoint a Contract Manufacturing Organisation who will work in partnership with the Authority to achieve UK Marketing Authorisation of the Diva Skin Test - Fusion (DST-F) and, thereafter scale up production for its supply. The services will include: * Technical transfer of the DST-F product * Production of consistency batches * Support the Authority's Marketing Authorisation submission * Commercial manufacture and supply of DST-F to UK upon successfully obtaining Marketing Authorisation * Prospective supply to rest of the world, subject to relevant marketing authorisations being achieved Supplier Briefing Presentation: We now invite potential suppliers to a briefing presentation, where we will provide a detailed overview of our requirements and the intended procurement process. This event will be an opportunity for suppliers to gain a better understanding of our needs and to engage with our team. Date: Friday 27th of June 2025 Time: 10:00am Location: Virtual Meeting via the Microsoft Teams Platform How to Participate: Interested suppliers are invited to register their interest in this opportunity via email to: Olubunmi.Akinmade@defra.gov.uk using the email title, 'Contract Manufacturing Organisation for Production of DST-F to GMP Standards - Interested Supplier'. Upon registration, suppliers will receive further details about the Supplier Briefing Presentation Day. Please include the following information in your email: * Company name * Contact details - email address, preferred person to contact, role or position in company, telephone number * Confirm whether you are a GMP manufacturer or not Information Pack and Market Engagement Questionnaire (MEQ): Shortly following the Supplier Briefing Presentation, we will issue an Information document and a Market Engagement Questionnaire to suppliers that registered interest. The purpose of this is to provide suppliers with the information of the upcoming procurement opportunity and invite them to: * Provide feedback on Scope/Requirements * Provide feedback on the Commercial approach * Provide feedback on the proposed Terms and Conditions * Provide input into the procurement process Please note due to the sensitive nature of the requirement, all interested suppliers will be required to sign and return an Authority provided Non-Disclosure Agreement in order to participate. The documents are designed to gather valuable input from interested suppliers to inform our procurement strategy and requirements. Timeline: * Early Market Engagement Publication: Friday 6th June 2025 * Registration Deadline: 3pm on Tuesday 24th June 2025 * Supplier Briefing Presentation: Friday 27th June 2025 * Information Pack and MEQ Issuance: Monday 30th June 2025 * MEQ Submission Deadline: 3pm Monday 14th July 2025 * 1:1 Supplier Feedback Sessions: Wednesday 16th July 2025 Contact Information: For any queries related to this procurement, please contact: Name: Olubunmi Akinmade Position: Senior Commercial Officer Email: Olubunmi.akinmad@defra.gov.uk Thank you for your interest.",
                "dueDate": "2025-07-16T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PBHC-6261-BLLQ",
            "name": "ANIMAL AND PLANT HEALTH AGENCY",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBHC-6261-BLLQ"
            },
            "address": {
                "streetAddress": "Seacole Building, 2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "olubunmi.akinmade@defra.gov.uk",
                "name": "Olubunmi Akinmade"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://defra-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PNBD-3289-CDGX",
            "name": "DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNBD-3289-CDGX"
            },
            "address": {
                "streetAddress": "Seacole Building, 2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "olubunmi.akinmade@defra.gov.uk",
                "name": "Olubunmi Akinmade"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "Conducting the procurement exercise on behalf of Animal and Plant Health Agency",
            "details": {
                "url": "https://defra-family.force.com/s/Welcome"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PBHC-6261-BLLQ",
        "name": "ANIMAL AND PLANT HEALTH AGENCY"
    },
    "tender": {
        "id": "C30459",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Appointment of a Contract Manufacturing Organisation for Production of DST-F to GMP Standards",
        "description": "A Contract Manufacturing Organisation (CMO) certified to EU Good Manufacturing Practice (GMP) standards is required to work in partnership with the Authority to achieve UK Marketing Authorisation (MA) and, thereafter, undertake the scaled up production and supply of the DST-F reagent, a diagnostic skin test to Detect Infected among Vaccinated Animals (DIVA). This will involve the technology transfer of the research grade fusion protein-based reagent from the current ISO-accredited provider.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33600000",
                        "description": "Pharmaceutical products"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 11999998.8,
            "amount": 9786429,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-20T00:00:00+01:00",
                    "endDate": "2033-04-19T23:59:59+01:00",
                    "maxExtentDate": "2035-04-19T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 11999998.8,
                    "amount": 9786429,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "As set out in the Bidder Pack.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "As set out in the Bidder Pack.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "renewal": {
                    "description": "The Contracting Authority reserves the right to extend the Contract by up to twenty-four (24) months, in increments of twelve (12) months, subject to satisfactory performance and continued operational need. Any extension shall be exercised by giving the Supplier no less than six (6) months' written notice prior to the expiry of the initial term. All terms and conditions shall remain unchanged during the extension period unless otherwise agreed in writing."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Contracting Authority may, at its sole discretion, exercise one or more of the following options during the term of the Contract: - Grant a commercial licensing agreement to the successful Supplier for the manufacture and supply of DST-F to Rest of World (RoW) markets, subject to separate agreement and regulatory approvals. - Expand the scope of services to include support for additional Marketing Authorisation applications outside Great Britain. - Increase the volume of DST-F doses required, subject to policy changes and budget availability. These options are provided for in the original procurement and shall be exercised only where they do not substantially alter the nature of the Contract. The Supplier shall be notified in writing of the Authority's intention to exercise any option, and the parties shall agree any contract variations"
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As set out in the Bidder Pack."
                        },
                        {
                            "type": "technical",
                            "description": "As set out in the Bidder Pack."
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-10-06T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This procurement is being conducted as a Competitive Flexible Procedure in accordance with the Procurement Act 2023. Completion and submission of all documents will be conducted via the Authority's eSourcing system. As outlined in 'Part 2 - Procurement Specific Requirements of the Bidder Pack', the Authority reserves the right to conduct negotiations with all participating Tenderers following the completion of Stage 1 - Initial Tender Evaluation. However, Tenderers are strongly advised not to rely on the optional negotiation phase to clarify or introduce critical elements of their submission. Important Notice to Tenderers Initial tender submissions must be clear, complete, and comprehensive, including all relevant information, assumptions, and pricing. The Authority may choose not to proceed to the negotiation stage, and therefore, Tenderers should submit their best possible offer in the first instance. Stage 1 - Initial Tender Stage 1. Procurement Specific Questionnaire- Tenderers must complete a set of questions to enable the Authority to verify core supplier information, exclusions, and debarment status. Responses will be assessed to ensure compliance with all mandatory and discretionary requirements. 2. Conditions of Participation - Responses will be evaluated to confirm that Tenderers meet the minimum capability thresholds. Tenderers failing to meet the minimum capability requirement will be excluded from the procurement process. 3. Tender Evaluation - All compliant tenders will be evaluated in accordance with the scoring methodology detailed in this document and within the Authority's eSourcing platform. Stage 2 - Negotiation Stage (Optional) If the Authority elects to proceed with negotiations: * Tenderers will receive Initial Assessment Summaries, providing high-level feedback on their submissions. * The Authority will issue negotiation details and agenda. * Negotiations will be strictly limited to the topics specified in the Bidder Pack. Stage 3 - Final Tender Stage 1. Invitation to Submit Final Tenders - Following the conclusion of negotiations, Tenderers will be invited to submit their Final Tenders. 2. Clarification Period - A five (5) working day window from date of Invitation to Submit Final Tender will be provided for written clarification questions via Atamis. 3. Final Submission Window - Tenderers will have fourteen (14) working days to resubmit their final tender via Atamis. 4. Final Evaluation - Final tenders will be evaluated using the same Award Criteria. Technical and commercial scores will be combined to determine the Most Advantageous Tender. Tie-Breaker Procedure - In the event of a tie in total scores following evaluation of the Final Tenders, the Authority will apply a tie-breaker to award the contract. This process will only apply to the Tenderers who have the highest overall scoring tenders and will be applied in this listed order; 1) The Tenderer who gained the higher score for E01 'GMP Compliance' will be awarded the contract. 2) If the tie still endures after step 1 the Tenderer who gained the higher commercial score will be awarded the contract."
        },
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "submissionMethodDetails": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome Any questions, requests to participate or tender submissions must be submitted electronically via this portal. If you need technical help with the Atamis system, either when registering, or when completing a tender, please contact the Atamis support team e-mail Support@Atamis.co.uk or phone Tel: 029 2279 0052.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-11-12T12:00:00Z",
        "awardPeriod": {
            "endDate": "2026-04-01T23:59:59+01:00"
        },
        "riskDetails": "Regulatory Risks 1) Marketing Authorisation Refusal for the Cattle BCG Vaccine; The Contracting Authority has submitted a Marketing Authorisation (MA) application to the Veterinary Medicines Directorate for the Cattle BCG Vaccine, which is complementary to the DST-F reagent. Likelihood: Medium This may result in the deployment of DST-F being significantly delayed or no longer required. 2) Marketing Authorisation Refusal for DST-F reagent; Risk that the Marketing Authorisation is refused Likelihood: Medium This could impact contract viability and deployment timelines . Policy and Political Risks 1) Change in TB policy during contract term Likelihood: Low This may affect DST-F demand and contract scope 2) Impact of Government Spending Review (2026/27 onwards) Likelihood: Medium This could affect affordability and budget availability 3) Farm Trial Specificity Below Expectations 1) Farm trials may indicate that product specificity is lower than expected. This would not constitute trial failure, but significantly low specificity would require the Authority to undertake a model reassessment and root cause analysis. Likelihood: Low This could affect the contract deployment timelines.",
        "tenderPeriod": {
            "endDate": "2025-12-15T12:00:00Z"
        },
        "amendments": [
            {
                "id": "054416-2025",
                "description": "Submission Type : Tender not Requests to Participate"
            },
            {
                "id": "073510-2025",
                "description": "Estimated extension end date updated."
            }
        ],
        "enquiryPeriod": {
            "endDate": "2025-12-15T12:00:00Z"
        },
        "lotDetails": {
            "noLotsDivisionRationale": "Dividing the contract into separate lots has been considered not feasible due to the highly integrated nature of the required services, which include technology transfer, manufacturing, production of consistency batches, quality assurance and control, and regulatory support during the Marketing Authorisation submission process. Fragmentation would introduce significant coordination challenges, increase the risk of quality inconsistency, and complicate the management of interdependent activities. A single-source award is commercially more attractive, offering streamlined delivery, operational efficiency, and clear accountability across all stages of product development and supply."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "072500-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/072500-2025",
                "datePublished": "2025-11-10T15:17:32Z",
                "format": "text/html"
            },
            {
                "id": "073510-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/073510-2025",
                "datePublished": "2025-11-13T12:39:22Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}