Tender

Laboratory IT Systems

  • UK Biobank Ltd

F02: Contract notice

Notice identifier: 2025/S 000-003300

Procurement identifier (OCID): ocds-h6vhtk-04da9d

Published 31 January 2025, 2:26pm



Section one: Contracting authority

one.1) Name and addresses

UK Biobank Ltd

1-2 Spectrum Way, Adswood

Stockport

SK3 0SA

Email

tenders@ukbiobank.ac.uk

Telephone

+44 7824509469

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.ukbiobank.ac.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA25607

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Laboratory IT Systems

Reference number

UKB020

two.1.2) Main CPV code

  • 48100000 - Industry specific software package

two.1.3) Type of contract

Supplies

two.1.4) Short description

By publishing this Contract Notice, UK Biobank (“UKB”) is inviting requests to participate in its procurement for the design and implementation of new laboratory IT systems (the “Systems”) to support the next phase of UKB’s laboratory operations.

UKB is a large-scale biomedical database and research resource containing genetic, lifestyle and health information from half a million UK participants.

UKB’s database, which includes blood samples, heart and brain scans and genetic data of the 500,000 volunteer participants, is globally accessible to approved researchers who are undertaking health-related research that is in the public interest.

Funding to support purchase of the Systems has been budgeted by UKRI, and announced by both UKRI, and HM Treasury.

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 48000000 - Software package and information systems
  • 72220000 - Systems and technical consultancy services
  • 72230000 - Custom software development services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

UKB (www.ukbiobank.ac.uk) is a company limited by guarantee and a registered UK charity established by its two founding funders: the Medical Research Council and Wellcome. It is a large-scale biomedical database and research resource containing genetic, lifestyle and health information from half a million UK Participants. UKB is globally accessible to approved researchers undertaking health-related research that is in the public interest.

UKB is responsible for the safe preservation and scientific exploitation of a collection of over 17 million samples (plasma, serum, buffy coat, extracted DNA, urine and saliva) that are accessible for approved use by academic and industry researchers. About 11 million samples are stored at -80°C across an automated storage system and other manual freezers at UKB’s headquarters in Stockport, Greater Manchester. The remaining 6 million Samples are stored in vapour phase liquid nitrogen tanks at a backup site in the South of England.

UKB is inviting requests to participate in its procurement for the design and implementation of the Systems, data migration from existing legacy systems, testing, commissioning, training, hypercare support and, if required by UKB, the provision of consultancy services in relation to the Systems on an ad hoc basis. UKB envisages that its requirements can be met and the Systems can be delivered through a combination of commercial-off-the-shelf (COTS) software packages managed through configuration, and complemented by bespoke services. UKB requires a licence and standard support services for any COTS software. This will either be included as part of the contract with the successful tenderer or through an additional contract between UKB and the COTS vendor.

The Systems will be required to support UKB laboratory operations when they move to a new purpose-built facility in the City of Manchester in the North West of England in 2026, UKB expects to take ownership for ongoing delivery of the Systems on completion of the phased implementation and will require the Service Provider to collaborate closely with the UKB technical team to ensure a successful implementation and hand-over. The current Laboratory Information Management System data stored in the legacy systems is approximately 110GB across over 160 tables. The Systems must be capable of managing 30 million samples in the near term and have the capacity to expand to accommodate 60 million within the next 15 years.

Further detail in relation to the requirements for the Systems and support services are set out in the specification provided as part of the procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Functional Requirements / Weighting: 35

Quality criterion - Name: Non-Functional / Technical Requirements / Weighting: 15

Quality criterion - Name: Implementation Services / Weighting: 20

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £8,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

92

This contract is subject to renewal

Yes

Description of renewals

This period covers the implementation period, an estimated 6 month hypercare period and the right for UKB to require consultancy services on an ad hoc basis for a 5 year period from the end of the hypercare period. UKB expects to require ongoing COTS licensing and software support from the end of the initial 5 year period by further 1 year periods with the COTS vendor, up to a maximum of 15 years.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

UK Biobank intends to hold a virtual information session for shortlisted tenderers. The time and final details will be confirmed to shortlisted tenderers.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

5 March 2025

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

21 March 2025

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

UKB reserves the right to discontinue or delay the procurement process and may decide not to award a contract as a result of this call for competition. UKB shall not be liable for any costs or expenses incurred by any organisation in considering and/or responding to the procurement process. Tenders and supporting documents must be priced in pounds sterling and all payments made under the contract(s) will be in pounds sterling, unless otherwise advised.

The estimated contract value for the purchase of the Systems and the provision of services as set out in this Contract Notice and for the duration described at Section II.2.7 may be in the range of [1 - 8 million GBP]. Initial work done by UKB indicated that its requirements might potentially be delivered by a wide range of solutions with differing levels of reliance on existing COTS software packages (“Buy”) and the development of bespoke software (“Build”) which explains the very broad range in the estimated contract value. However, UKB’s expectation is that the System can be delivered through a combination of COTS software packages managed through configuration, and complemented by bespoke services (i.e. with greater emphasis on “Buy” relative to “Build”) and therefore anticipates that the estimated value will be towards the lower end of this range.

The duration set out at Section II.2.7 is the estimated duration of the contract and is subject to a number of milestones being achieved.

UKB will incorporate a standstill period at the point the decision in relation to the award of the contract(s) is notified to bidders. The standstill period, which will be a minimum of ten (10) calendar days, provides time for unsuccessful bidders to lodge an appeal in regards to the award decisions, before the contract(s) are entered into.

NOTE: In order to request to participate in this contract opportunity, interested organisations must complete and submit a response to UKB’s selection questionnaire by the deadline stated in Section IV.2.2. UKB will then undertake a shortlisting process and shortlist successful candidates, as set out in Section II.2.9, to be invited to the tender stage of the procurement process. UKB reserves the right to invite the fourth ranked candidate through to the tender stage of the procurement if its score at the selection questionnaire stage is within 5% of the third ranked candidate. It is not envisaged that there will be any down-selection of tenderers during the tender stage of the procurement although UKB reserves the right to do so. Details of the envisaged tender stage process is set out in a draft Invitation to Negotiate provided as part of the procurement documents.

To access the procurement documents, please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=233323.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=233531.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:233531)

six.4) Procedures for review

six.4.1) Review body

The High Court

Roya Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit