Award

Biorepository and Processing services

GENOMICS ENGLAND LIMITED

This public procurement record has 1 release in its history.

Award

16 Feb 2026 at 15:13

Summary of the contracting process

The procurement process is conducted by Genomics England Limited, a public authority within central government, for Biorepository and Processing services. This contract focuses on end-to-end management of biological samples, including secure storage, DNA and RNA extraction, and quality control testing. The services are provided in London, UK, classified under the healthcare industry category and specifically blood analysis services. This process, which follows a direct award method under the Procurement Act 2023 due to technical and logistical incompatibilities, has a contract period starting on 1st April 2026 and ending on 31st March 2028, with a legal basis as per UK legislation 2023/54. Interested suppliers can engage in creating bespoke workflows to meet specific project needs.

This tender presents substantial growth opportunities for businesses in the biotechnology and healthcare sectors, particularly those with expertise in laboratory workflows and biological sample processing. UK Biocentre Limited, a large supplier, is already engaged to continue service under this contract, ensuring continuity and reliability given their established handling capabilities for complex datasets and sample integrity requirements. Firms looking to expand capability in managing ultra-low-temperature environments or developing project-specific workflows may find this contract beneficial. Additionally, having a structured Change Control procedure allows for potential contract expansion, making it advantageous for businesses capable of adjusting to increased sample volumes or exploring new workflows.

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

Biorepository and Processing services

Notice Description

The services cover end-to-end management of biological samples, including receipt, verification and secure storage in controlled ultra-low-temperature environments. Samples are processed through a range of laboratory workflows that include DNA and RNA extraction, quality control testing, normalisation, and preparation for downstream sequencing all delivered on a per-sample basis, there is no fixed maximum number of samples. Additional activities include aliquoting, pooling, reformatting into required labware, and arranging shipments to designated laboratories. Project-specific workflows may be developed to meet bespoke requirements.

Procurement Information

The delivery of services under a new contract with the existing supplier is proposed in accordance with Schedule 5, Paragraph 7 of the Procurement Act 2023, which enables a direct award where a change of supplier would result in incompatible goods or services and where such incompatibility would give rise to disproportionate technical difficulties in operation or maintenance. The remaining activity represents a continuation of established work already underway within the programme, and the new contractual arrangement does not introduce any additional or materially altered services. Transitioning to an alternative supplier at this stage would require substantial changes to embedded methodologies, operational processes and systems integration, resulting in significant incompatibilities with the established technical approach. Crucially, a change of supplier would also necessitate the transportation of a substantial volume of biological samples to a new provider. This introduces a material and unacceptable risk of contamination, loss, degradation or compromise of sample integrity, given the heightened handling requirements, increased logistical steps, and the sensitivity of the sample types involved. Such risks would directly threaten the comparability, consistency and scientific validity of programme outputs. Managing these transportation risks-alongside the need to migrate complex datasets, workflows and sample handling processes-would introduce disproportionate technical difficulties, as anticipated under Schedule 5, Paragraph 7, and would undermine the robustness of the study's established operational and analytical frameworks. Maintaining service delivery with the incumbent supplier therefore ensures continuity of technical methodologies, operational processes and quality controls, safeguarding the reliability and stability of the remaining programme work. In these circumstances, awarding a new contract to the existing supplier meets the criteria under Schedule 5, Paragraph 7, as a change in supplier would result in incompatible services and introduce unreasonable and disproportionate technical and logistical difficulties. The direct award is therefore the most appropriate, proportionate and compliant procurement route under the Procurement Act 2023.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-065523
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013933-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK5 - Transparency Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Direct
Procurement Method Details
Direct award
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85111810 - Blood analysis services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£1,843,498 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
16 Feb 20266 days ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
16 Feb 20266 days ago
Contract Period
31 Mar 2026 - 31 Mar 2028 2-3 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
GENOMICS ENGLAND LIMITED
Contact Name
Not specified
Contact Email
procurement@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

Supplier Information

Number of Suppliers
1
Supplier Name

UK BIOCENTRE

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-065523-2026-02-16T15:13:21Z",
    "date": "2026-02-16T15:13:21Z",
    "ocid": "ocds-h6vhtk-065523",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-08493132",
            "name": "GENOMICS ENGLAND LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "08493132"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PBTW-5897-QJGY"
                }
            ],
            "address": {
                "streetAddress": "Level 21 One Canada Square",
                "locality": "London",
                "postalCode": "E14 5AB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI42"
            },
            "contactPoint": {
                "email": "procurement@genomicsengland.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-07618653",
            "name": "UK BIOCENTRE LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "07618653"
            },
            "address": {
                "streetAddress": "Java Park Bradbourne Drive",
                "locality": "Milton Keynes",
                "postalCode": "MK7 8AT",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ12"
            },
            "contactPoint": {
                "email": "info@ukbiocentre.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "vcse": false
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-08493132",
        "name": "GENOMICS ENGLAND LIMITED"
    },
    "tender": {
        "id": "GEL-HE-25372",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Biorepository and Processing services",
        "description": "The services cover end-to-end management of biological samples, including receipt, verification and secure storage in controlled ultra-low-temperature environments. Samples are processed through a range of laboratory workflows that include DNA and RNA extraction, quality control testing, normalisation, and preparation for downstream sequencing all delivered on a per-sample basis, there is no fixed maximum number of samples. Additional activities include aliquoting, pooling, reformatting into required labware, and arranging shipments to designated laboratories. Project-specific workflows may be developed to meet bespoke requirements.",
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "The delivery of services under a new contract with the existing supplier is proposed in accordance with Schedule 5, Paragraph 7 of the Procurement Act 2023, which enables a direct award where a change of supplier would result in incompatible goods or services and where such incompatibility would give rise to disproportionate technical difficulties in operation or maintenance. The remaining activity represents a continuation of established work already underway within the programme, and the new contractual arrangement does not introduce any additional or materially altered services. Transitioning to an alternative supplier at this stage would require substantial changes to embedded methodologies, operational processes and systems integration, resulting in significant incompatibilities with the established technical approach. Crucially, a change of supplier would also necessitate the transportation of a substantial volume of biological samples to a new provider. This introduces a material and unacceptable risk of contamination, loss, degradation or compromise of sample integrity, given the heightened handling requirements, increased logistical steps, and the sensitivity of the sample types involved. Such risks would directly threaten the comparability, consistency and scientific validity of programme outputs. Managing these transportation risks-alongside the need to migrate complex datasets, workflows and sample handling processes-would introduce disproportionate technical difficulties, as anticipated under Schedule 5, Paragraph 7, and would undermine the robustness of the study's established operational and analytical frameworks. Maintaining service delivery with the incumbent supplier therefore ensures continuity of technical methodologies, operational processes and quality controls, safeguarding the reliability and stability of the remaining programme work. In these circumstances, awarding a new contract to the existing supplier meets the criteria under Schedule 5, Paragraph 7, as a change in supplier would result in incompatible services and introduce unreasonable and disproportionate technical and logistical difficulties. The direct award is therefore the most appropriate, proportionate and compliant procurement route under the Procurement Act 2023.",
        "lots": [
            {
                "id": "1",
                "status": "complete"
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ],
        "procurementMethodRationaleClassifications": [
            {
                "id": "additionalRepeatExtensionPartialReplacement"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Biorepository and Processing services",
            "status": "pending",
            "value": {
                "amountGross": 2212197.6,
                "amount": 1843498,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-07618653",
                    "name": "UK BIOCENTRE LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "85111810",
                            "description": "Blood analysis services"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2026-04-01T00:00:00+01:00",
                "endDate": "2028-03-31T23:59:59+01:00"
            },
            "hasOptions": true,
            "options": {
                "description": "The contract does not provide an automatic or unilateral right to make additional purchases; however, it does enable further services or increased volumes to be added through its formal Change Control procedure. Under the formal Change Control Procedure, any expansion of scope-such as additional processing, storage capacity, new workflows, or increased sample batching volumes-must be requested, assessed, and mutually agreed by both parties before becoming contractually binding. This mechanism allows the Authority to procure additional work when needed but only through a structured and approved variation to the existing services."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "013933-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/013933-2026",
                    "datePublished": "2026-02-16T15:13:21Z",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-03-27T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "language": "en"
}