Notice Information
Notice Title
GSTT - Microbiological Services
Notice Description
Environment media testing services: We send to external labs the Broth, media plates etc. to test to ensure that our units are operating within the permissible parameters and we have no serious contamination or microbiological growth. The service of this lab is to validate or confirm the viability of the media purchased from supplier for Microbiological testing media
Lot Information
WFI & Product Testing - Technical Requirements - Mandatory
Lot 1 - WFI & Product Testing: The service provider must be able to perform: * Routine microbiological testing of raw materials, intermediates, and finished products * Water testing (Purified Water & Water for Injection) * Sterility testing * Bioburden and endotoxin testing * Pathogen detection and identification * Validation/verification studies (e.g., method suitability, disinfectant efficacy) * Support for investigations, OOS/OOT, and CAPA activities
Options: If the Trust is satisfied with the services provided by the supplier(s), it may elect to extend the contract for up to two additional 12-month periods.
Renewal: If the Trust is satisfied with the services provided by the supplier(s), it may elect to extend the contract for up to two additional 12-month periods.
Microbial identificationLot 2 - Microbial identification: The service provider must be able to perform: * Microbial identification using MALDI TOF or DNA sequencing
Options: If the Trust is satisfied with the services provided by the supplier(s), it may elect to extend the contract for up to two additional 12-month periods.
Renewal: If the Trust is satisfied with the services provided by the supplier(s), it may elect to extend the contract for up to two additional 12-month periods.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0678e4
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/029565-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71900000 - Laboratory services
Notice Value(s)
- Tender Value
- £1,300,000 £1M-£10M
- Lots Value
- £1,300,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 31 Mar 20263 days ago
- Submission Deadline
- 8 May 20262 months to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 9 Jun 2026 - 8 Jun 2029 2-3 years
- Recurrence
- 2031-01-13
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GUY'S AND ST THOMAS' NHS FOUNDATION 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
- LONDON
- Postcode
- SE1 9RT
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI44 Lewisham and Southwark
- Delivery Location
- TLI London, TLI4 Inner London - East
-
- Local Authority
- Southwark
- Electoral Ward
- London Bridge & West Bermondsey
- Westminster Constituency
- Bermondsey and Old Southwark
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/029565-2026
31st March 2026 - Tender notice on Find a Tender
Notice URLs
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-0678e4-2026-03-31T12:06:17+01:00",
"date": "2026-03-31T12:06:17+01:00",
"ocid": "ocds-h6vhtk-0678e4",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PDZC-6438-DGPX",
"name": "Guy's and St Thomas' NHS Foundation Trust",
"identifier": {
"scheme": "GB-PPON",
"id": "PDZC-6438-DGPX"
},
"address": {
"streetAddress": "Great Maze Pond",
"locality": "London",
"postalCode": "SE1 9RT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI44"
},
"contactPoint": {
"name": "Busayo Omoyajowo",
"email": "b.omoyajowo@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.guysandstthomas.nhs.uk",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PDZC-6438-DGPX",
"name": "Guy's and St Thomas' NHS Foundation Trust"
},
"tender": {
"id": "5634/26",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "GSTT - Microbiological Services",
"description": "Environment media testing services: We send to external labs the Broth, media plates etc. to test to ensure that our units are operating within the permissible parameters and we have no serious contamination or microbiological growth. The service of this lab is to validate or confirm the viability of the media purchased from supplier for Microbiological testing media",
"status": "active",
"items": [
{
"id": "Lots 1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71900000",
"description": "Laboratory services"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI4",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "Lots 1"
},
{
"id": "Lots 2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71900000",
"description": "Laboratory services"
}
],
"deliveryAddresses": [
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI4",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "Lots 2"
}
],
"value": {
"amountGross": 1560000,
"amount": 1300000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"submissionMethodDetails": "https://health-family.force.com/s/Welcome User Guide: https://services.atamis.co.uk/docs/Supplier_User_Guide.pdf",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-05-08T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-04-21T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-05-29T23:59:59+01:00"
},
"lots": [
{
"id": "Lots 1",
"title": "WFI & Product Testing - Technical Requirements - Mandatory",
"description": "Lot 1 - WFI & Product Testing: The service provider must be able to perform: * Routine microbiological testing of raw materials, intermediates, and finished products * Water testing (Purified Water & Water for Injection) * Sterility testing * Bioburden and endotoxin testing * Pathogen detection and identification * Validation/verification studies (e.g., method suitability, disinfectant efficacy) * Support for investigations, OOS/OOT, and CAPA activities",
"status": "active",
"value": {
"amountGross": 1200000,
"amount": 1000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Document 2 - Pass/Fail Questionnaire 1 - Technical and Social Value Response - 50.00% Questionnaire 2 - Commercial Response - 50.00%",
"criteria": [
{
"type": "quality",
"name": "Document 2 - URS for Microbiological Services",
"description": "Pass/Fail"
},
{
"type": "price",
"name": "Questionnaire 2 - Commercial Response",
"description": "Commercial Value"
},
{
"type": "quality",
"name": "Questionnaire 1 - Technical and Social Value Response",
"description": "Technical Quality Response"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-06-10T00:00:00+01:00",
"endDate": "2029-06-08T23:59:59+01:00",
"maxExtentDate": "2031-06-06T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "If the Trust is satisfied with the services provided by the supplier(s), it may elect to extend the contract for up to two additional 12-month periods."
},
"hasOptions": true,
"options": {
"description": "If the Trust is satisfied with the services provided by the supplier(s), it may elect to extend the contract for up to two additional 12-month periods."
}
},
{
"id": "Lots 2",
"title": "Microbial identification",
"description": "Lot 2 - Microbial identification: The service provider must be able to perform: * Microbial identification using MALDI TOF or DNA sequencing",
"status": "active",
"value": {
"amountGross": 360000,
"amount": 300000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Document 2 - Pass/Fail Questionnaire 1 - Technical and Social Value Response - 50.00% Questionnaire 2 - Commercial Response - 50.00%",
"criteria": [
{
"type": "quality",
"name": "Document 2 - URS for Microbiological Services",
"description": "Pass/Fail"
},
{
"type": "price",
"name": "Questionnaire 2 - Commercial Response",
"description": "Commercial Value"
},
{
"type": "quality",
"name": "Questionnaire 1 - Technical and Social Value Response",
"description": "Technical Quality Response"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-06-10T00:00:00+01:00",
"endDate": "2029-06-08T23:59:59+01:00",
"maxExtentDate": "2031-06-06T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "If the Trust is satisfied with the services provided by the supplier(s), it may elect to extend the contract for up to two additional 12-month periods."
},
"hasOptions": true,
"options": {
"description": "If the Trust is satisfied with the services provided by the supplier(s), it may elect to extend the contract for up to two additional 12-month periods."
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 1,
"maximumLotsAwardedPerSupplier": 1,
"awardCriteriaDetails": "Both lots can be awarded to a single supplier"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest"
},
{
"id": "029565-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/029565-2026",
"datePublished": "2026-03-31T12:06:17+01:00",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2031-01-13T23:59:59Z"
}
]
}
},
"language": "en"
}