Notice Information
Notice Title
Microbiology Automation, including automated Blood Culture, Microbial Identification and Susceptibility Testing Systems
Notice Description
The Business Services Organisation (BSO) Procurement and Logistics Service (PaLS), on behalf of the Health and Social Care (HSC) Trusts and the Northern Ireland Blood Transfusion Service (NIBTS), invites tenders for the supply of advanced laboratory automation solutions for microbiological testing, including automated Blood Culture, Microbial Identification and Susceptibility Testing Systems.
Lot Information
Lot 1
Options: The tender includes options to procure additional equipment where funding becomes available and infrastructure constraints are resolved. Details of known future requirements are included within the tender documentation; however, provision of these items is not currently feasible due to unresolved floor loading and wider infrastructure issues. These potential future purchases will be assessed as part of the tender and may proceed if, and when, the constraints are addressed and funding is secured. The tender also includes provisions for additional quantities and changes to test repertoires. Criteria for additional purchases are set out in the tender documentation and include, but are not limited to, changes in clinical guidance, departmental recommendations, changes in clinical practice, consolidation of testing services, and unforeseen increases in demand.
Renewal: There is provision for an extension of the contract for any period up to and including 24 months. A further extension of up to 18 months may also be applied; however, this additional 18-month extension may be used solely to facilitate a subsequent procurement competition or to put in place alternative arrangements for the required supplies or services. The estimated Total Value provided includes all potential extensions, as well as any known potential future purchases described within the "Description of Options".
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0659ae
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/015855-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
38 - Laboratory, optical and precision equipments (excl. glasses)
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
33000000 - Medical equipments, pharmaceuticals and personal care products
33696000 - Reagents and contrast media
33696200 - Blood-testing reagents
38000000 - Laboratory, optical and precision equipments (excl. glasses)
38400000 - Instruments for checking physical characteristics
38434000 - Analysers
71900000 - Laboratory services
Notice Value(s)
- Tender Value
- £21,622,505 £10M-£100M
- Lots Value
- £21,622,505 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Feb 20263 days ago
- Submission Deadline
- 1 Apr 20262 months to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Jan 2027 - 31 Dec 2032 Over 5 years
- Recurrence
- 2034-01-01
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BELFAST HEALTH AND SOCIAL CARE TRUST
- Additional Buyers
BUSINESS SERVICES ORGANISATIONS, PROCUREMENT AND LOGISTICS SERVICE
NORTHERN HEALTH AND SOCIAL CARE TRUST
SOUTH EASTERN HEALTH AND SOCIAL CARE TRUST
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- BELFAST
- Postcode
- BT9 7AB
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- Not specified
-
- Local Authority
- Belfast
- Electoral Ward
- Blackstaff
- Westminster Constituency
- Belfast South and Mid Down
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/015855-2026
20th February 2026 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0659ae-2026-02-20T17:13:01Z",
"date": "2026-02-20T17:13:01Z",
"ocid": "ocds-h6vhtk-0659ae",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PLQJ-5727-JCLR",
"name": "Belfast Health and Social Care Trust",
"identifier": {
"scheme": "GB-PPON",
"id": "PLQJ-5727-JCLR"
},
"address": {
"streetAddress": "A Floor, Belfast City Hospital, Lisburn Road",
"locality": "Belfast",
"postalCode": "BT9 7AB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"email": "palsgransha.sourcing@hscni.net"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
},
{
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Northern Irish devolved regulations apply"
}
]
}
},
{
"id": "GB-PPON-PBRP-6676-CQZY",
"name": "Northern Health and Social Care Trust",
"identifier": {
"scheme": "GB-PPON",
"id": "PBRP-6676-CQZY"
},
"address": {
"streetAddress": "Bretten Hall, Bush Road",
"locality": "Antrim",
"postalCode": "BT41 2RL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN0D"
},
"contactPoint": {
"email": "palsgransha.sourcing@hscni.net"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
},
{
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Northern Irish devolved regulations apply"
}
]
}
},
{
"id": "GB-PPON-PLGY-6381-WWWR",
"name": "South Eastern Health and Social Care Trust",
"identifier": {
"scheme": "GB-PPON",
"id": "PLGY-6381-WWWR"
},
"address": {
"streetAddress": "Ulster Hospital, Upper Newtownards Rd",
"locality": "Belfast",
"postalCode": "BT16 1RH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN0E"
},
"contactPoint": {
"email": "palsgransha.sourcing@hscni.net"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
},
{
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Northern Irish devolved regulations apply"
}
]
}
},
{
"id": "GB-PPON-PJCC-1957-RCGP",
"name": "Southern Health and Social Care Trust",
"identifier": {
"scheme": "GB-PPON",
"id": "PJCC-1957-RCGP"
},
"address": {
"streetAddress": "Craigavon Area Hospital, 68 Lurgan Road",
"locality": "Portadown",
"postalCode": "BT63 5QQ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN07"
},
"contactPoint": {
"email": "palsgransha.sourcing@hscni.net"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
},
{
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Northern Irish devolved regulations apply"
}
]
}
},
{
"id": "GB-PPON-PTVW-2397-PWCT",
"name": "Western Health and Social Care Trust",
"identifier": {
"scheme": "GB-PPON",
"id": "PTVW-2397-PWCT"
},
"address": {
"streetAddress": "Altnagelvin Area Hospital, Glenshane Road",
"locality": "Londonderry",
"postalCode": "BT47 6SB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN0A"
},
"contactPoint": {
"email": "palsgransha.sourcing@hscni.net"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
},
{
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Northern Irish devolved regulations apply"
}
]
}
},
{
"id": "GB-PPON-PTNY-7183-GXBY",
"name": "NI Blood Transfusion Service",
"identifier": {
"scheme": "GB-PPON",
"id": "PTNY-7183-GXBY"
},
"address": {
"streetAddress": "Lisburn Road",
"locality": "Belfast",
"postalCode": "BT9 7TS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"email": "palsgransha.sourcing@hscni.net"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
},
{
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Northern Irish devolved regulations apply"
}
]
}
},
{
"id": "GB-PPON-PWNJ-1991-NGDW",
"name": "Business Services Organisations, Procurement and Logistics Service",
"identifier": {
"scheme": "GB-PPON",
"id": "PWNJ-1991-NGDW"
},
"address": {
"streetAddress": "77 Boucher Crescent",
"locality": "Belfast",
"postalCode": "BT12 6HU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"email": "Palsgransha.sourcing@hscni.net"
},
"roles": [
"procuringEntity",
"processContactPoint"
],
"roleDetails": "Business Services Organisation (BSO) Procurement and Logistics Service (PaLS) is facilitating this tender process on behalf of the named Health and Social Care (HSC) Trusts and the Northern Ireland Blood Transfusion Service (NIBTS)."
}
],
"buyer": {
"id": "GB-PPON-PLQJ-5727-JCLR",
"name": "Belfast Health and Social Care Trust"
},
"planning": {
"noEngagementNoticeRationale": "Pre-market engagement took place in 2023 and 2025 under the Public Contracts Regulations 2015, with Prior Information Notices published for transparency (2023/S 000-026578 and 2025/S 000-002465)."
},
"tender": {
"id": "ocds-h6vhtk-0659ae",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Microbiology Automation, including automated Blood Culture, Microbial Identification and Susceptibility Testing Systems",
"description": "The Business Services Organisation (BSO) Procurement and Logistics Service (PaLS), on behalf of the Health and Social Care (HSC) Trusts and the Northern Ireland Blood Transfusion Service (NIBTS), invites tenders for the supply of advanced laboratory automation solutions for microbiological testing, including automated Blood Culture, Microbial Identification and Susceptibility Testing Systems.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "33000000",
"description": "Medical equipments, pharmaceuticals and personal care products"
},
{
"scheme": "CPV",
"id": "33696000",
"description": "Reagents and contrast media"
},
{
"scheme": "CPV",
"id": "33696200",
"description": "Blood-testing reagents"
},
{
"scheme": "CPV",
"id": "38000000",
"description": "Laboratory, optical and precision equipments (excl. glasses)"
},
{
"scheme": "CPV",
"id": "38400000",
"description": "Instruments for checking physical characteristics"
},
{
"scheme": "CPV",
"id": "38434000",
"description": "Analysers"
},
{
"scheme": "CPV",
"id": "71900000",
"description": "Laboratory services"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 25947007,
"amount": 21622505,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This procurement consists of five stages, commencing with the publication of this notice. Stage 1 involves the review of Exclusion, Debarment, and Conditions of Participation criteria. Stage 2 comprises the assessment of the Award Criteria - Mandatory Technical Requirements. At Stage 3, suppliers are invited to complete a workflow analysis and provide design and implementation plans; a dialogue phase may be undertaken if required. Suppliers progressing to Stage 4 will submit their final bids, including finalised design and implementation plans, which will be assessed alongside Award Criteria - Quality Scored and Financial bids. Stage 5 concludes the process with contract award."
},
"mainProcurementCategory": "goods",
"additionalProcurementCategories": [
"services"
],
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "Tenders must be submitted electronically via the eTendersNI platform (https://etendersni.gov.uk/epps)",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-04-01T15:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-03-25T15:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-11-30T23:59:59+00:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 25947007,
"amount": 21622505,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "This tender comprises three pass/fail stages: (1) Exclusion, Debarment and Conditions of Participation; (2) Award Criteria - Mandatory Technical Requirements; and (3) Award Criteria - Design Plan and Dialogue. Stage 4 involves the assessment of Award Criteria - Quality Scored criteria and the financial assessment, weighted 15 percent for Quality and 85 percent for Price.",
"criteria": [
{
"type": "quality",
"name": "15 percent"
},
{
"type": "price",
"name": "85 Percent"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "This tender will assess legal and financial capacity through six pass/fail Conditions of Participation questions."
},
{
"type": "technical",
"description": "This tender will assess technical capacity through seven pass/fail Conditions of Participation questions, including the provision of a supplier reference."
}
]
},
"contractPeriod": {
"startDate": "2027-01-01T00:00:00+00:00",
"endDate": "2032-12-31T23:59:59+00:00",
"maxExtentDate": "2036-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "There is provision for an extension of the contract for any period up to and including 24 months. A further extension of up to 18 months may also be applied; however, this additional 18-month extension may be used solely to facilitate a subsequent procurement competition or to put in place alternative arrangements for the required supplies or services. The estimated Total Value provided includes all potential extensions, as well as any known potential future purchases described within the \"Description of Options\"."
},
"hasOptions": true,
"options": {
"description": "The tender includes options to procure additional equipment where funding becomes available and infrastructure constraints are resolved. Details of known future requirements are included within the tender documentation; however, provision of these items is not currently feasible due to unresolved floor loading and wider infrastructure issues. These potential future purchases will be assessed as part of the tender and may proceed if, and when, the constraints are addressed and funding is secured. The tender also includes provisions for additional quantities and changes to test repertoires. Criteria for additional purchases are set out in the tender documentation and include, but are not limited to, changes in clinical guidance, departmental recommendations, changes in clinical practice, consolidation of testing services, and unforeseen increases in demand."
}
}
],
"lotDetails": {
"noLotsDivisionRationale": "The requirement has not been divided into lots because the equipment, consumables, and associated services must function as a fully integrated and interoperable system. All components must interface with the same technology and validated workflows, and reagents and consumables are specifically calibrated and approved for use with the supplier's equipment. Servicing and maintenance also require manufacturer authorised personnel. Splitting the requirement into separate lots would risk incompatibility, reduced functionality, and loss of assurance."
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "015855-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/015855-2026",
"datePublished": "2026-02-20T17:13:01Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2034-01-01T23:59:59+00:00"
}
]
}
},
"language": "en"
}