Tender

Microbiology Automation, including automated Blood Culture, Microbial Identification and Susceptibility Testing Systems

BELFAST HEALTH AND SOCIAL CARE TRUST

This public procurement record has 1 release in its history.

Tender

20 Feb 2026 at 17:13

Summary of the contracting process

The Belfast Health and Social Care Trust is leading a procurement process on behalf of several trusts and the Northern Ireland Blood Transfusion Service for the supply of advanced microbiological testing laboratory automation. This tender, initiated on 20 February 2026, aims to procure systems for automated blood culture, microbial identification, and susceptibility testing across facilities in Northern Ireland. The tender process, governed by a competitive flexible procedure, is at the tender stage with a submission deadline of 1 April 2026. The procurement falls under the medical equipment category, with significant gross potential valued at £25,947,007 and encompasses additional services related to laboratory systems. Interested parties should note the enquiry period ending on 25 March 2026 and anticipate the award period completion by 30 November 2026.

This tender presents substantial growth opportunities for businesses specialising in laboratory automation, medical equipment supply, and related services. Companies adept in providing integrated, interoperable systems that meet specific technical requirements and offer reliable maintenance services would be well-suited to compete. The tender includes provisions for potential future purchases, which can further extend business prospects if infrastructure constraints are resolved. Suppliers must demonstrate strong legal, financial, and technical capabilities, particularly in handling complex, high-value contracts, and have the capacity to deliver sophisticated laboratory solutions. The selective procurement method ensures that only qualified suppliers are considered, maximising collaboration opportunities within the UK's healthcare sector.

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

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".

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

Contracting Authority (Buyer)

Main Buyer
BELFAST HEALTH AND SOCIAL CARE TRUST
Additional Buyers

BUSINESS SERVICES ORGANISATIONS, PROCUREMENT AND LOGISTICS SERVICE

NI BLOOD TRANSFUSION SERVICE

NORTHERN HEALTH AND SOCIAL CARE TRUST

SOUTH EASTERN HEALTH AND SOCIAL CARE TRUST

SOUTHERN HEALTH AND SOCIAL CARE TRUST

WESTERN 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

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-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"
}