Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/013933-2026
16th February 2026 - Transparency 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-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"
}