Scope
Description
A Contract Manufacturing Organisation (CMO) certified to EU Good Manufacturing Practice (GMP) standards is required to work in partnership with the Authority to achieve UK Marketing Authorisation (MA) and, thereafter, undertake the scaled up production of the DST-F reagent, a diagnostic skin test to Detect Infected among Vaccinated Animals (DIVA). This will involve the technical transfer of the research grade fusion protein-based reagent from the current ISO-accredited provider.
Total value (estimated)
- £9,786,429 excluding VAT
- £11,999,998.80 including VAT
Above the relevant threshold
Contract dates (estimated)
- 16 March 2026 to 15 March 2033
- Possible extension to 15 March 2035
- 9 years
Description of possible extension:
The Contracting Authority reserves the right to extend the Contract by up to twenty-four (24) months, in increments of twelve (12) months, subject to satisfactory performance and continued operational need.
Any extension shall be exercised by giving the Supplier no less than six (6) months' written notice prior to the expiry of the initial term.
All terms and conditions shall remain unchanged during the extension period unless otherwise agreed in writing.
Options
The right to additional purchases while the contract is valid.
The Contracting Authority may, at its sole discretion, exercise one or more of the following options during the term of the Contract:
- Grant a commercial licensing agreement to the successful Supplier for the manufacture and
supply of DST-F to Rest of World (RoW) markets,
subject to separate agreement and regulatory approvals.
- Expand the scope of services to include support for additional Marketing Authorisation applications outside Great Britain.
- Increase the volume of DST-F doses required, subject to policy changes and budget availability.
These options are provided for in the original procurement and shall be exercised only where they do not substantially alter the nature of the Contract.
The Supplier shall be notified in writing of the Authority's intention to exercise any option, and the parties shall agree any contract variations
Main procurement category
Goods
CPV classifications
- 33651690 - Vaccines for veterinary medicine
- 33600000 - Pharmaceutical products
Contract locations
- UK - United Kingdom
Participation
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Publication date of tender notice (estimated)
6 October 2025
Submission type
Tenders
Tender submission deadline
12 November 2025, 12:00pm
Submission address and any special instructions
The procurement documents will be available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome
Any questions, requests to participate or tender submissions must be submitted electronically via this portal.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
13 February 2026
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Technical | Technical / Quality Response |
Quality | 60.00% |
Price | Commercial |
Price | 30.00% |
Sustainability (including Social Value) | Sustainability (Including Social Value) |
Quality | 10.00% |
Other information
Description of risks to contract performance
1) Marketing Authorisation Refusal for the Cattle BCG Vaccine and/or Cancellation of the Vaccination Programme;
The Contracting Authority will shortly submit a Marketing Authorisation (MA) application to the Veterinary Medicines Directorate for the Cattle BCG Vaccine, which is complementary to the DST-F reagent.
If MA is not granted, or if the vaccination programme is cancelled, this may result in the deployment of DST-F being significantly delayed or no longer required.
Bidders should be aware that this is a known risk and the Authority reserves the right to vary or terminate the contract accordingly.
2) Marketing Authorisation Refusal for DST-F;
The Contracting Authority intends to submit a Marketing Authorisation (MA) application to the Veterinary Medicines Directorate for the DST-F reagent.
If the MA is refused-due to factors such as insufficient safety or efficacy data, inadequate quality documentation, or regulatory non-compliance-this may impact the viability of the contract and the deployment of DST-F.
Bidders should be aware that this is a known risk. The Authority reserves the right to vary or terminate the contract in response to such an outcome, and any such scenario will be managed in accordance with the contract terms.
Applicable trade agreements
- Government Procurement Agreement (GPA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
It is anticipated that this procurement will include the following stages:
Initial Tender Submission - Bidders will be invited to submit an Initial Tender in response to the published Invitation to Tender (ITT).
Conditions of Participation - Initial Tenders will be assessed to confirm that Bidders meet the minimum eligibility and capability requirements.
Evaluation - Compliant tenders will be evaluated against the published criteria to identify the Most Advantageous Tender.
Negotiation - The Authority reserves the right to hold negotiations with Bidders following initial evaluation to clarify proposals and secure best value.
Final Tender Submission - Where negotiations are held, Bidders will be invited to submit a Final Tender incorporating any agreed changes.
Contracting authority
ANIMAL AND PLANT HEALTH AGENCY
- Public Procurement Organisation Number: PBHC-6261-BLLQ
Seacole Building, 2 Marsham Street
London
SW1P 4DF
United Kingdom
Contact name: Olubunmi Akinmade
Region: UKI32 - Westminster
Organisation type: Public authority - central government