UKHSA Diagnostic and Research Framework Tender Notice
Summary
The UK Health Security Agency (UKHSA) has published a tender notice for a new Diagnostic and Research Framework (DRF). The framework, valued at up to £6.25 billion, will support UKHSA's diagnostic and research activities and is divided into two lots: diagnostic goods/services and research products.
What changed
The UK Health Security Agency (UKHSA) has issued a tender notice for a new Diagnostic and Research Framework (DRF), which will replace existing frameworks. This new framework is designed to support UKHSA's diagnostic and research activities, including incident response, with a maximum estimated value of £6.25 billion (excluding VAT). It is divided into two lots: Lot One for in-vitro diagnostic medical devices and associated services (UKCA/CE marked or validated), and Lot Two for goods and services primarily for research & development, experimentation, and study (not UKCA/CE marked).
This notice is a procurement action, inviting potential suppliers to bid for contracts under the framework. Companies involved in manufacturing or supplying diagnostic devices, medical equipment, or research-related goods and services are the primary audience. While this is a tender notice and not a direct regulatory rule, it signifies a significant procurement initiative by a major public health body. Interested parties should review the tender details on the find-tender.service.gov.uk portal for specific participation and submission requirements. No specific compliance deadline is mentioned for regulated entities, but the tender process itself will have deadlines for submissions.
What to do next
- Review tender notice for Diagnostic and Research Framework (DRF) on find-tender.service.gov.uk
- Assess suitability of company offerings for Lot 1 (Diagnostics Goods and Services) or Lot 2 (Research and Development)
- Prepare and submit tender bids according to the specified deadlines and requirements
Source document (simplified)
Tender
UKHSA Diagnostic and Research Framework (DRF)
- Secretary of State for Health and Social Care acting as part of the Crown through UK Health Security Agency UK4: Tender notice - Procurement Act 2023 - view information about notice types
Notice identifier: 2026/S 000-022624
Procurement identifier (OCID): ocds-h6vhtk-05d7ab (view related notices)
Published 12 March 2026, 9:18pm
Watch this notice
Contents
Scope Lots (2)
- Lot 1. In-vitro diagnostic medical devices and associated services
- Lot 2. Goods and services mainly for research & development, experimentation & study
Framework Participation Submission Award criteria Other information Procedure Contracting authority
Download
Share this notice
Reference
C426524
Description
The UKHSA Diagnostics and Research Open Framework is the successor to the current UKHSA National Microbiology Framework, and predecessor PHE Public Health Microbiology Framework and will be used to support the UK Health Security Agency’s Diagnostics and Research activities for both day to day and incident response. (Please note that it is the potential surge capacity that accounts for the high maximum value of this framework, not anticipated spend)
The framework is divided into two lots:
Lot One: Diagnostics Goods and Services (products that are UKCA/CE marked or otherwise validated to the required specification), and
Lot Two: Research and development (research products that are not UKCA/CE marked)
The maximum value (ex VAT) of the framework is set at £6.25 billion The value of Lot 1 is estimated as £5.2b and the value of Lot 2 is estimated as £1.05b.
The actual values will vary based on the level of purchasing necessary to provide suitable solutions to the UK’s health protection needs. The maximum value is based on the potential total amount payable exclusive of VAT as estimated by UKHSA, including any potential extension options for call-off contracts. This figure allows for the possibility that a health emergency may occur, such as a pandemic; therefore, the total value of cumulative call-off contracts may be less depending on the potential materialisation of health threats. The value and explanation of how it has been estimated is given in good faith as a guide. It should not be interpreted as an undertaking to purchase any goods or services to any value and does not form part of the Contract.
Commercial tool
Establishes an open framework
What is an open framework?
Total value (estimated)
- £6,250,000,000 excluding VAT
- £7,500,000,000 including VAT Above the relevant threshold
Contract dates (estimated)
- 24 July 2026 to 23 July 2028
- Possible extension to 23 July 2029
- 3 years Description of possible extension:
each framework in the scheme is expected to run for two years with the option to extend by one year. The end date of any extension is not expected to run past the 8-year mkaximum term
Main procurement category
Goods
CPV classifications
Diagnostics and radiodiagnostic devices and supplies
Medical equipments
Pharmaceutical products
Detection and analysis apparatus
Detection apparatus
Mass spectrometer
Analysers
Biochemical analysers
Cytometers
Blood analysers
Biomedical equipment
Blood-cell counters
Haematology analysers
Immunoassay analysers
Mechanical shakers
Polymerase Chain Reaction (PCR) equipment
Repair and maintenance services of medical and precision equipment
Medical analysis services
Repair and maintenance services of measuring, testing and checking apparatus
Repair and maintenance services of measuring apparatus
Laboratory services
Repair and maintenance services of testing apparatus
Repair and maintenance services of checking apparatus
Repair and maintenance services of precision equipment
Calibration services
Research laboratory services
Pathology services
Services provided by medical laboratories
Contract locations
- UK - United Kingdom
Lot constraints
Maximum number of lots a supplier can bid for: 1
Maximum number of lots a supplier can be awarded: 1
Description of how multiple lots may be awarded:
no limit
Lot 1. In-vitro diagnostic medical devices and associated services
Description
• Lot 1: For the supply of in-vitro diagnostic medical devices and associated services, including equipment, consumables, maintenance, and peripheral equipment and associated services (products that are UKCA/CE marked or otherwise validated to the required specification).
Lot value (estimated)
- £5,200,000,000 excluding VAT
- £6,240,000,000 including VAT Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Goods and services mainly for research & development, experimentation & study
Description
Lot 2: For the supply of goods and services mainly for research and development, experimentation, and study (research products that do not require UKCA/CE marks).
Lot value (estimated)
- £1,050,000,000 excluding VAT
- £1,260,000,000 including VAT Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Open framework scheme end date (estimated)
23 July 2034
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
1%
Further information about fees
1% of annual spend not contract award value capped at £20k
Framework operation description
DRF will be managed by the UKHSA Contract Management Dept.
Pricing
Ceiling rates to be submitted as part of this procurement, subsequent call off order pricing should not exceed those on the rate card.
Prices to remain firm for the 1st year of the framework, thereafter Supplier may apply for rate changes once a year, giving at least 30 days notice.
Term
The framework is expected to re-open every 2 years and run for a maximum of 8 years, the Authority may choose to either extend frameworks in the scheme or bring forward re-opening if it is required to do so to support incident responses to health emergencies.
Call-off Procedures will include, direct award and further competitions
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
All UK Public Authority
The framework will be open to Access Users from all UK public sector bodies (Public Authorities as defined in PA23), including but not limited to UK Health Security Agency, the Department of Health and Social Care, Public Health Wales, Public Health Scotland, NHS Authorities and Trusts, Special Health Authorities, Local Authorities and any other NHS entity or successor body. The framework can also be accessed by academic and charitable institutions.
Participation
Legal and financial capacity conditions of participation
Lot 1. In-vitro diagnostic medical devices and associated services
Lot 2. Goods and services mainly for research & development, experimentation & study
Conditions of participation are fully detailed within the procurement documents accessible via the Authority's e-procurement portal Atamis
Technical ability conditions of participation
Lot 1. In-vitro diagnostic medical devices and associated services
Lot 2. Goods and services mainly for research & development, experimentation & study
Must be able to provide t least one appropriately certified, accredited or licenced products or services described in the Lot Specific Requirements which are fully detailed within the procurement documents accessible via the Authority's e-procurement portal Atamis
Particular suitability
Lot 1. In-vitro diagnostic medical devices and associated services
Lot 2. Goods and services mainly for research & development, experimentation & study
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
24 March 2026, 10:00am
Tender submission deadline
8 April 2026, 10:00am
Submission address and any special instructions
Application is via submission of a tender response by the deadline stated above via the Health Family’s e-Sourcing Portal, Atamis, Ref C426524 UKHSA Diagnostics and Research Open Framework.
https://atamis-1928.my.site.com/s/Welcome
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
6 July 2026
Recurring procurement
Publication date of next tender notice (estimated): 1 February 2028
Award criteria
| Name | Type |
| --- | --- |
| Meet minimum requirements for whichever lot(s) you are applying for - see ITT | Quality |
Weighting description
Please see the evaluation criteria on the Atamis portal.
Other information
Description of risks to contract performance
The Authority is a Category A responder who has had a key role in responding to health emergencies in the recent past, most significantly during the COVID-19 pandemic, but also as its predecessor Public Health England responding to threats from the Ebola virus and other public health crises. The Authority requires an option for reopening the framework in response to an unknown infectious pathogen or similar emergency. This reopening of the framework might be otherwise than as planned and before expiry of a framework in the scheme all of which shall be considered a known risk (which arises other than by the act or omission of the Authority) and which could jeopardise the performance of the framework in the scheme or awards made under the relevant framework in the scheme or other unforeseen circumstances which the Authority could not have foreseen before the award of the relevant framework in the scheme The purpose will be to provide a fast, compliant and scalable option to respond to a public health crisis and would be essential to the Authority’s ability to respond to a public health crisis quickly and with the ability to upscale providers and solutions.
Each framework is intended to have a term of 2 years with a provision to extend each framework by 12 months. The Authority may decide to extend a framework in the scheme due to reasons such as economic uncertainty, pandemic or other national emergency events, lack of new suppliers in the market all of which shall be considered a known risk (which arises other than by the act or omission of the Authority) and which could jeopardise the performance of the framework in the scheme or awards made under the relevant framework in the scheme or other unforeseen circumstances which the Authority could not have foreseen before the award of the relevant framework in the scheme.
Further to the known risks above an identified risk is that the Framework may need varying or updating if there is a COVID-19 or other health emergency or incident related Business Continuity Event as detailed in the terms and conditions, Appendix H Schedule 8. Should this occur, the framework may be re-opened to allow new suppliers to offer products and services required for incident response. Suppliers who have already joined the framework would not be required to (but may choose to do so) change their originally accepted tender, other than to confirm, that conditions of participation e.g. accreditations and insurances etc remain in place.
An identified risk is that the Open Framework maximum spend may not be sufficient to accommodate all the additional spend required to provide sufficient incident response by the UKHSA and Access Users, therefore the Authority reserves the right to increase the maximum value of the Open Framework by up to 50%.
An additional identified risk is that the Open Framework and the last framework in the scheme may be reaching the end of its term when there is a health emergency event.
Applicable trade agreements
- Government Procurement Agreement (GPA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Secretary of State for Health and Social Care acting as part of the Crown through UK Health Security Agency
- Public Procurement Organisation Number: PBMQ-7576-DVGW 10 South Colonnade
London
E14 4PU
United Kingdom
Email: procurementnotices@ukhsa.gov.uk
Website: https://www.gov.uk/government/organisations/uk-health-security-agency
Region: UKI42 - Tower Hamlets
Organisation type: Public authority - central government
Related changes
Source
Classification
Who this affects
Taxonomy
Browse Categories
Get Trade Procurement alerts
Weekly digest. AI-summarized, no noise.
Free. Unsubscribe anytime.
Get alerts for this source
We'll email you when Find a Tender - Latest Notices publishes new changes.