Award

Provision of Scanning Surveillance Activities for APHA, including PME's

ANIMAL AND PLANT HEALTH AGENCY

This public procurement record has 2 releases in its history.

Award

28 Jan 2026 at 15:33

Award

31 Oct 2025 at 11:47

Summary of the contracting process

The Animal and Plant Health Agency, with the Department for Environment, Food & Rural Affairs facilitating, has completed the procurement process for the "Provision of Scanning Surveillance Activities for APHA, including Postmortem Examinations" contract, awarded as of 28 January 2026. This project falls under the services industry category, specifically veterinary services, and spans geographical locations across the United Kingdom. The tendering process employed a direct award procurement method due to specific technical capabilities required. The contract, valued at £1,500,000 with a gross value of £1,250,000, begins on 1 April 2026 and may extend through 31 March 2031, with a formal notice of extension required 20 days prior.

This contract presents substantial growth opportunities for businesses proficient in animal health surveillance and postmortem diagnostics. Companies that can offer technical expertise and meet the stringent standards of the Veterinary Investigation Diagnosis Analysis (VIDA) are especially suited. Suppliers with robust infrastructure for handling large animal carcasses, comprehensive disease surveillance systems, and a capacity to integrate with national veterinary data systems will find a favourable operation niche. Firms like the University of Surrey, Aberystwyth Animal Health Laboratory, and the Royal Veterinary College, among others, are contributing to strengthening disease monitoring networks, making such partnerships highly potential for long-term business alliances and expansion in veterinary services.

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

Provision of Scanning Surveillance Activities for APHA, including PME's

Notice Description

Provision of Scanning Surveillance Activities for APHA including PMEs. Scanning surveillance plays a vital role in protecting animal health and food safety. It helps identify potential food safety risks, ensures compliance with national and international disease reporting requirements, and highlights animal welfare concerns and possible adverse reactions to medicines. In addition, it provides valuable insight into patterns and emerging trends in endemic diseases, enabling early intervention and informed decision-making. APHA's Veterinary Investigation Centres (VICs) already provide PMEs and surveillance data, forming a core part of the national disease monitoring network. However, their coverage is limited and their capacity is constrained. To maintain a comprehensive and resilient surveillance service across England and Wales, APHA needs additional support from external providers. These supplementary contracts will ensure that when

Procurement Information

APHA is an executive agency of the Department for Environment, Food & Rural Affairs ("Defra") with responsibility for disease surveillance to identify new and re-emerging threats to animal health and welfare and public health. APHA fulfils this function through (i) statutory surveillance, by monitoring and collecting notifiable and reportable disease information and (ii) scanning surveillance, through the voluntary submission and collection of information by private vets enabling the early detection of new and re-emerging disease threats. Veterinary Investigation Centres ("VICs") provide PME and surveillance data to APHA, but their limited geographical coverage and operational capacity require APHA to procure supplementary service provision from the listed suppliers to ensure comprehensive PME services and data surveillance across England and Wales. The services to be provided by the suppliers under the contract include (but are not limited to): * conducting postmortem examinations of animal carcases with the objective of diagnosing disease; * collecting and reporting data from PMEs and disease investigations of animals for the purpose of accumulating disease surveillance intelligence; * alerting APHA to suspicions of notifiable disease, New or Re-emerging disease Threats ("NRT") and animal welfare issues; * participating in a network of veterinary staff with experience in animal disease investigation, diagnosis and pathology, and engaging in government surveillance for potential NRT in animals; and * engaging in daily discussions with private veterinary surgeons about disease incidents where specialist advice is needed. Five of the suppliers have been providing these services to APHA since 2014 and the remaining three suppliers, since 2021. The contracting authority, APHA, is relying on the single supplier direct award justification in paragraph 6 of schedule 5 of the Procurement Act 2023: (a) due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required; and (b) there are no reasonable alternatives to those goods, services or works. The explanations as to why the justification applies are as follows. Absence of competition for technical reasons - paragraph 6(a). APHA applied clear and objective criteria to assess the technical capability of suppliers on the market. The identified suppliers are the only suppliers (i) able to provide high value PME data of the requisite equivalent standard of VICs and (ii) with the technical capability to operate a diagnostic PME and disease surveillance service for animals, as part of an integrated surveillance network with existing APHA sites and databases. The suppliers can operate as a strategic extension to APHA's diagnostic and surveillance capabilities and ensure comprehensive PME access across England and Wales. The suppliers' technical capability includes (but is not limited to): * delivery of PME outputs that are quality-assured and fully compliant with Veterinary Investigation Diagnosis Analysis ("VIDA") data recording requirements, and facilitating integration into APHA's epidemiological datasets; * substantial experience in conducting PMEs and diagnosing both routine and emerging animal diseases; * personnel registered with the Royal College of Veterinary Surgeons ("RCVS"); * purpose-built or suitably adapted PME facilities for large animal carcasses, meeting all relevant biosecurity, health and safety, and environmental regulations; and * IT systems compatible with APHA's Data Capture Tool to enable secure and efficient surveillance data transmission. The suppliers' ability to meet these requirements, in combination, effectively constitute exclusive rights. These rights arise from the unique integration of technical capability, infrastructure, and operational readiness that enables only these suppliers to deliver the services to the required standard and within the required timeframe. No other suppliers currently possess the combination of VIDA-compliant data systems, purpose-built PME facilities, accredited veterinary personnel, and established integration with APHA's surveillance infrastructure. These characteristics are essential to the delivery of the services. Accordingly, the suppliers hold exclusive rights in practice to deliver the services required under this contract. No reasonable alternatives - paragraph 6(b). It is not reasonable for APHA to acquire and fully implement an alternative PME and data surveillance service by the critical service delivery date of 1 January 2026 or at any point prior to 31 December 2028. An alternative supplier(s) would have to build a replacement service. It would take significant time and financial investment in infrastructure to upgrade facilities to meet the requisite biosecurity, health and safety, and environmental regulations and standards. The service requires specialist facilities to enable the safe and efficient postmortem examination of animals, including large animals, and the correct and safe disposal of animal remains. Modifying or adapting facilities to meet the standards of the VIDA programme, invest in specialist diagnostic tools required for service delivery and train staff to operate a diagnostic PME service and collect surveillance data correctly, or this could pose a high risk to animal health and welfare, public health, and potentially, international trade. A replacement service would be built in the context of a limited and inconsistent demand for these services and a service critical delivery date of 1 January 2026. It would not be reasonable for an alternative supplier(s) to build a replacement service. It would not be reasonable for APHA to transition to an alternative interim PME and data surveillance service. There is not sufficient time to (i) secure the facilities required; (ii) train staff to operate a diagnostic PME service and collect surveillance data correctly; and (iii) ensure service compatibility with VIDA data recording requirements, national surveillance protocols and APHA's existing epidemiological datasets by 1 January 2026. It is not reasonable for financial and practical reasons (including obtaining governance and funding) for APHA to secure the facilities and staff required to meet a limited demand for the services being supplied. Existing VICs and the suppliers' facilities are tailor-made for this purpose and already meet infrastructure and maintenance requirements. The suppliers have suitably trained and skilled staff for every working day of the year, including registered veterinarians with appropriate skills and experience, and in the context of a limited and inconsistent demand for the service. Transitioning to an interim PME surveillance service is therefore not a reasonable or feasible alternative for financial and practical reasons. In assessing the availability of reasonable alternatives, APHA has considered the wider market and has not identified any new entrants or other providers with the requisite technical capability, infrastructure, or integration with APHA systems. The market for PME services is highly specialised and constrained by the need for bespoke facilities, trained personnel, and data compatibility with national surveillance systems. Therefore, there are no reasonable alternatives.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05d7d4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/007698-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Direct
Procurement Method Details
Direct award
Tender Suitability
SME
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85200000 - Veterinary services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£1,250,000 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
28 Jan 20263 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
31 Oct 20253 months ago
Contract Period
31 Mar 2026 - 31 Mar 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ANIMAL AND PLANT HEALTH AGENCY
Additional Buyers

DEPARTMENT FOR ENVIRONMENT FOOD & RURAL AFFAIRS

Contact Name
Not specified
Contact Email
procurement@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

Supplier Information

Number of Suppliers
9
Supplier Names

ABERYSTWYTH ANIMAL HEALTH LABORATORY

SRUC

SRUC INNOVATION

THE ROYAL VETERINARY COLLEGE

UNIVERSITY OF BRISTOL

UNIVERSITY OF CAMBRIDGE

UNIVERSITY OF LIVERPOOL

UNIVERSITY OF NOTTINGHAM (THE

UNIVERSITY OF SURREY(THE

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-05d7d4-2026-01-28T15:33:00Z",
    "date": "2026-01-28T15:33:00Z",
    "ocid": "ocds-h6vhtk-05d7d4",
    "initiationType": "tender",
    "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": "procurement@defra.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PNBD-3289-CDGX",
            "name": "Department for Environment Food & 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": "procurement@defra.gov.uk"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "Procurement facilitated via Defra group Commercial"
        },
        {
            "id": "GB-COH-09341813",
            "name": "ABERYSTWYTH ANIMAL HEALTH LABORATORY LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "09341813"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PVTG-2973-YPZY"
                }
            ],
            "address": {
                "streetAddress": "Y Buarth Rd",
                "locality": "Aberystwyth",
                "postalCode": "SY23 1ND",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKL14"
            },
            "contactPoint": {
                "email": "hwright@wvsc.wales"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.wvsc.wales",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-RC000648",
            "name": "UNIVERSITY OF BRISTOL",
            "identifier": {
                "scheme": "GB-COH",
                "id": "RC000648"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PYLM-8967-RQJH"
                }
            ],
            "address": {
                "streetAddress": "Beacon House, Queens Road",
                "locality": "Bristol",
                "postalCode": "BS8 1QU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK11"
            },
            "contactPoint": {
                "email": "purchasing-office@bristol.ac.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.bristol.ac.uk/",
                "scale": "large",
                "vcse": true,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-RC000532",
            "name": "THE ROYAL VETERINARY COLLEGE",
            "identifier": {
                "scheme": "GB-COH",
                "id": "RC000532"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-CHC",
                    "id": "RC000532"
                }
            ],
            "address": {
                "streetAddress": "Royal College Street",
                "locality": "London",
                "postalCode": "NW1 0TU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "resad@rvc.ac.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.rvc.ac.uk/",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-RC000664",
            "name": "UNIVERSITY OF NOTTINGHAM (THE)",
            "identifier": {
                "scheme": "GB-COH",
                "id": "RC000664"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PXXD-7294-MZXW"
                }
            ],
            "address": {
                "streetAddress": "King's Meadow Campus, Lenton Lane",
                "locality": "Nottingham",
                "postalCode": "NG7 2NR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF14"
            },
            "contactPoint": {
                "email": "procurement@nottingham.ac.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.nottingham.ac.uk",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-RC000660",
            "name": "UNIVERSITY OF LIVERPOOL",
            "identifier": {
                "scheme": "GB-COH",
                "id": "RC000660"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PYNH-9859-XVMD"
                }
            ],
            "address": {
                "streetAddress": "Foundation Building, 765 Brownlow Hill",
                "locality": "Liverpool",
                "postalCode": "L69 7ZX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD72"
            },
            "contactPoint": {
                "email": "procurement@liverpool.ac.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.liverpool.ac.uk",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-SC103046",
            "name": "SRUC",
            "identifier": {
                "scheme": "GB-COH",
                "id": "SC103046"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PRQY-1741-MMWW"
                }
            ],
            "address": {
                "streetAddress": "Peter Wilson Building, King's Buildings, West Mains Road",
                "locality": "Edinburgh",
                "postalCode": "EH9 3JG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKM75"
            },
            "contactPoint": {
                "email": "pre.award@sruc.ac.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.sruc.ac.uk/",
                "scale": "large",
                "vcse": false
            }
        },
        {
            "id": "GB-UKPRN-10007788",
            "name": "UNIVERSITY OF CAMBRIDGE",
            "identifier": {
                "scheme": "GB-UKPRN",
                "id": "10007788"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PMCX-4817-NTNG"
                }
            ],
            "address": {
                "streetAddress": "THE OLD SCHOOLS, TRINITY LANE",
                "locality": "CAMBRIDGE",
                "postalCode": "CB2 1TN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH12"
            },
            "contactPoint": {
                "email": "fincreditcontrol@admin.cam.ac.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.cam.ac.uk/",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-RC000671",
            "name": "UNIVERSITY OF SURREY(THE)",
            "identifier": {
                "scheme": "GB-COH",
                "id": "RC000671"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PJPT-2767-WQLG"
                }
            ],
            "address": {
                "streetAddress": "Stag Hill",
                "locality": "Guildford",
                "postalCode": "GU2 7XH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ25"
            },
            "contactPoint": {
                "email": "research-support@surrey.ac.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.surrey.ac.uk",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-SC148684",
            "name": "SRUC INNOVATION LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "SC148684"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PCQZ-8888-MLGJ"
                }
            ],
            "address": {
                "streetAddress": "Peter Wilson Building",
                "locality": "West Mains Road",
                "postalCode": "EH9 3JG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKM75"
            },
            "contactPoint": {
                "email": "research.operations@sruc.ac.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.sruc.ac.uk/business-services/commercial-opportunities/",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PBHC-6261-BLLQ",
        "name": "Animal and Plant Health Agency"
    },
    "tender": {
        "id": "ocds-h6vhtk-05d7d4",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of Scanning Surveillance Activities for APHA, including PME's",
        "description": "Provision of Scanning Surveillance Activities for APHA including PMEs. Scanning surveillance plays a vital role in protecting animal health and food safety. It helps identify potential food safety risks, ensures compliance with national and international disease reporting requirements, and highlights animal welfare concerns and possible adverse reactions to medicines. In addition, it provides valuable insight into patterns and emerging trends in endemic diseases, enabling early intervention and informed decision-making. APHA's Veterinary Investigation Centres (VICs) already provide PMEs and surveillance data, forming a core part of the national disease monitoring network. However, their coverage is limited and their capacity is constrained. To maintain a comprehensive and resilient surveillance service across England and Wales, APHA needs additional support from external providers. These supplementary contracts will ensure that when",
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "APHA is an executive agency of the Department for Environment, Food & Rural Affairs (\"Defra\") with responsibility for disease surveillance to identify new and re-emerging threats to animal health and welfare and public health. APHA fulfils this function through (i) statutory surveillance, by monitoring and collecting notifiable and reportable disease information and (ii) scanning surveillance, through the voluntary submission and collection of information by private vets enabling the early detection of new and re-emerging disease threats. Veterinary Investigation Centres (\"VICs\") provide PME and surveillance data to APHA, but their limited geographical coverage and operational capacity require APHA to procure supplementary service provision from the listed suppliers to ensure comprehensive PME services and data surveillance across England and Wales. The services to be provided by the suppliers under the contract include (but are not limited to): * conducting postmortem examinations of animal carcases with the objective of diagnosing disease; * collecting and reporting data from PMEs and disease investigations of animals for the purpose of accumulating disease surveillance intelligence; * alerting APHA to suspicions of notifiable disease, New or Re-emerging disease Threats (\"NRT\") and animal welfare issues; * participating in a network of veterinary staff with experience in animal disease investigation, diagnosis and pathology, and engaging in government surveillance for potential NRT in animals; and * engaging in daily discussions with private veterinary surgeons about disease incidents where specialist advice is needed. Five of the suppliers have been providing these services to APHA since 2014 and the remaining three suppliers, since 2021. The contracting authority, APHA, is relying on the single supplier direct award justification in paragraph 6 of schedule 5 of the Procurement Act 2023: (a) due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required; and (b) there are no reasonable alternatives to those goods, services or works. The explanations as to why the justification applies are as follows. Absence of competition for technical reasons - paragraph 6(a). APHA applied clear and objective criteria to assess the technical capability of suppliers on the market. The identified suppliers are the only suppliers (i) able to provide high value PME data of the requisite equivalent standard of VICs and (ii) with the technical capability to operate a diagnostic PME and disease surveillance service for animals, as part of an integrated surveillance network with existing APHA sites and databases. The suppliers can operate as a strategic extension to APHA's diagnostic and surveillance capabilities and ensure comprehensive PME access across England and Wales. The suppliers' technical capability includes (but is not limited to): * delivery of PME outputs that are quality-assured and fully compliant with Veterinary Investigation Diagnosis Analysis (\"VIDA\") data recording requirements, and facilitating integration into APHA's epidemiological datasets; * substantial experience in conducting PMEs and diagnosing both routine and emerging animal diseases; * personnel registered with the Royal College of Veterinary Surgeons (\"RCVS\"); * purpose-built or suitably adapted PME facilities for large animal carcasses, meeting all relevant biosecurity, health and safety, and environmental regulations; and * IT systems compatible with APHA's Data Capture Tool to enable secure and efficient surveillance data transmission. The suppliers' ability to meet these requirements, in combination, effectively constitute exclusive rights. These rights arise from the unique integration of technical capability, infrastructure, and operational readiness that enables only these suppliers to deliver the services to the required standard and within the required timeframe. No other suppliers currently possess the combination of VIDA-compliant data systems, purpose-built PME facilities, accredited veterinary personnel, and established integration with APHA's surveillance infrastructure. These characteristics are essential to the delivery of the services. Accordingly, the suppliers hold exclusive rights in practice to deliver the services required under this contract. No reasonable alternatives - paragraph 6(b). It is not reasonable for APHA to acquire and fully implement an alternative PME and data surveillance service by the critical service delivery date of 1 January 2026 or at any point prior to 31 December 2028. An alternative supplier(s) would have to build a replacement service. It would take significant time and financial investment in infrastructure to upgrade facilities to meet the requisite biosecurity, health and safety, and environmental regulations and standards. The service requires specialist facilities to enable the safe and efficient postmortem examination of animals, including large animals, and the correct and safe disposal of animal remains. Modifying or adapting facilities to meet the standards of the VIDA programme, invest in specialist diagnostic tools required for service delivery and train staff to operate a diagnostic PME service and collect surveillance data correctly, or this could pose a high risk to animal health and welfare, public health, and potentially, international trade. A replacement service would be built in the context of a limited and inconsistent demand for these services and a service critical delivery date of 1 January 2026. It would not be reasonable for an alternative supplier(s) to build a replacement service. It would not be reasonable for APHA to transition to an alternative interim PME and data surveillance service. There is not sufficient time to (i) secure the facilities required; (ii) train staff to operate a diagnostic PME service and collect surveillance data correctly; and (iii) ensure service compatibility with VIDA data recording requirements, national surveillance protocols and APHA's existing epidemiological datasets by 1 January 2026. It is not reasonable for financial and practical reasons (including obtaining governance and funding) for APHA to secure the facilities and staff required to meet a limited demand for the services being supplied. Existing VICs and the suppliers' facilities are tailor-made for this purpose and already meet infrastructure and maintenance requirements. The suppliers have suitably trained and skilled staff for every working day of the year, including registered veterinarians with appropriate skills and experience, and in the context of a limited and inconsistent demand for the service. Transitioning to an interim PME surveillance service is therefore not a reasonable or feasible alternative for financial and practical reasons. In assessing the availability of reasonable alternatives, APHA has considered the wider market and has not identified any new entrants or other providers with the requisite technical capability, infrastructure, or integration with APHA systems. The market for PME services is highly specialised and constrained by the need for bespoke facilities, trained personnel, and data compatibility with national surveillance systems. Therefore, there are no reasonable alternatives.",
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "suitability": {
                    "sme": true
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ],
        "riskDetails": "APHA currently envisages that the following risks could jeopardise the satisfactory performance of the contracts: Alterations in governmental policy or legislative frameworks, beyond APHA's jurisdiction, may adversely affect the operation and continuity of the requirement.",
        "procurementMethodRationaleClassifications": [
            {
                "id": "singleSuppliersTechnicalReasons"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Provision of Scanning Surveillance Activities for APHA",
            "status": "pending",
            "value": {
                "amountGross": 1500000,
                "amount": 1250000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-09341813",
                    "name": "ABERYSTWYTH ANIMAL HEALTH LABORATORY LTD"
                },
                {
                    "id": "GB-COH-RC000648",
                    "name": "UNIVERSITY OF BRISTOL"
                },
                {
                    "id": "GB-COH-RC000532",
                    "name": "THE ROYAL VETERINARY COLLEGE"
                },
                {
                    "id": "GB-COH-RC000664",
                    "name": "UNIVERSITY OF NOTTINGHAM (THE)"
                },
                {
                    "id": "GB-COH-RC000660",
                    "name": "UNIVERSITY OF LIVERPOOL"
                },
                {
                    "id": "GB-COH-SC103046",
                    "name": "SRUC"
                },
                {
                    "id": "GB-UKPRN-10007788",
                    "name": "UNIVERSITY OF CAMBRIDGE"
                },
                {
                    "id": "GB-COH-RC000671",
                    "name": "UNIVERSITY OF SURREY(THE)"
                },
                {
                    "id": "GB-COH-SC148684",
                    "name": "SRUC INNOVATION LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "85200000",
                            "description": "Veterinary services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2026-04-01T00:00:00+01:00",
                "endDate": "2029-03-31T23:59:59+01:00",
                "maxExtentDate": "2031-03-31T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The Authority may extend the contract to the extension end date by providing at least 20 working days' notice. 2 x 12 month optional extensions"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "070033-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/070033-2025",
                    "datePublished": "2025-10-31T11:47:43Z",
                    "format": "text/html"
                },
                {
                    "id": "007698-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/007698-2026",
                    "datePublished": "2026-01-28T15:33:00Z",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-03-20T23:59:59Z",
                    "status": "scheduled"
                }
            ],
            "date": "2026-01-22T00:00:00Z",
            "standstillPeriod": {
                "endDate": "2026-02-06T23:59:59+00:00"
            }
        }
    ],
    "language": "en"
}