APHA has a critical role in the control and eradication of endemic and infectious diseases, most notably bovine tuberculosis (TB). The Government is committed to eradicating bovine TB to support the food and farming industry and reducing costs for farmers and taxpayers. TB testing and Reactor Removal plays a crucial role in identifying infected herds and controlling TB, thus helping to reduce further spread of the disease.<br/><br/>On-Farm Kill services are primarily required for TB reactors but may be required for animals affected by other diseases or welfare issues, which are unfit to be transported to a slaughterhouse and/or enter the food chain. This may include (but is not limited to) farmed animals during the last 10% of gestation, those that are lame, or are unfit to enter the food chain due to being under the drug withdrawal period, or Transmissible spongiform encephalopathies (TSE) suspect animals.
ANIMAL AND PLANT HEALTH AGENCY (Defra Network eTendering Portal)LondonWAC-272326
APHA requires the supply, delivery and installation of a Luminex 200 System with PC and software. This microplate-based multiplex immunoassay system must be capable of simultaneous detection and quantification of up to 100 different secreted proteins or genes from a single low-volume sample using xMAP (Multi-Analyte Profiling) bead-based technology.
Please note that Defra publishes procurements on the Defra eCommercial Atamis system. If you are interested in this requirement please register at (force.com) to access the appropriate documents.
If you need technical help with the Atamis system, either when registering, or when completing a tender, please contact the Atamis support team e-mail Support@Atamis.co.uk or phone Tel: 029 2279 0052.
APHA requires the supply, delivery and installation of a Luminex 200 System with PC and software. This microplate-based multiplex immunoassay system must be capable of simultaneous detection and quantification of up to 100 different secreted proteins or genes from a single low-volume sample using xMAP (Multi-Analyte Profiling) bead-based technology.
The procurement documents are 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.
If you need technical help with the Atamis system, either when registering, or when completing a tender, please contact the Atamis support team e-mail Support@Atamis.co.uk or phone Tel: 029 2279 0052.
APHA requires the supply, delivery and installation of a Luminex 200 System with PC and software. This microplate-based multiplex immunoassay system must be capable of simultaneous detection and quantification of up to 100 different secreted proteins or genes from a single low-volume sample using xMAP (Multi-Analyte Profiling) bead-based technology.
Please note that Defra publishes procurements on the Defra eCommercial Atamis system. If you are interested in this requirement please register at (force.com) to access the appropriate documents.
If you need technical help with the Atamis system, either when registering, or when completing a tender, please contact the Atamis support team e-mail Support@Atamis.co.uk or phone Tel: 029 2279 0052.
The Animal and Plant Health Agency (APHA) requires the provision of a service and maintenance contract for pipettes at Weybridge and the regional laboratories.<br/><br/><br/>The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome
ANIMAL AND PLANT HEALTH AGENCY (Defra Network eTendering Portal)LondonWAC-202159
The Animal and Plant Health Agency (APHA) requires the provision of a service and maintenance contract for pipettes at Weybridge and regional laboratories.
The contract will include Service, Repair and Calibration both at on-site clinics and off-site at the supplier's premises, as and when required to comply with quality standards.
The procurement documents are 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.
If you need technical help with the Atamis system, either when registering, or when completing a tender, please contact the Atamis support team e-mail Support@Atamis.co.uk or phone Tel: 029 2279 0052.
APHA requires an imaging system that provides a high-plex, high-resolution spatial-omics platform for detection of over 100 protein biomarkers at single cell or subcellular resolution on the same sample allowing visualisation and quantitation of high-plex biomarker expression across a tissue in the spatial context of the tissue microenvironment.<br/><br/>Installation and training is required in addition to 1 year's service and maintenance contract following the end of the 12 month warranty period
ANIMAL AND PLANT HEALTH AGENCY (Defra Network eTendering Portal)LondonWAC-158232
The Purchase of Biosecurity Support Services for Aquatic Sporting Events.
The procurement documents are 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.
The Animal and Plant Health Agency (APHA) requires the collection of dead wild birds that are deemed to be of surveillance value, and delivery of the carcases to designated APHA Veterinary Investigation Centre (VIC) or Scotland Rural College Disease Surveillance Centre (SRUCDSC) sites for testing.
APHA also requires the provision of unique wild bird carcase identification numbers which will be held on a Central Spreadsheet.
Collection (and delivery) of specified small mammalian carcases will also be required, particularly if mortalities are linked epidemiologically to an AI outbreak in wild birds.
The Contractor will be required to have a network of personnel to act as Collectors across mainland Great Britain (GB) to ensure maximum efficiency in the Contractor's timely ability to collect carcases upon request from the Authority. As a minimum this shall mean that the Contractor can collect and deliver any carcase across mainland GB within forty-eight (48) hours of the Authority's request (i.e., for a Collector to travel from their point of origin to the location of the carcase(s) and then either to an APHAVIC or SRUCDSC, and/or a return journey).
While this Contract primarily covers collections from mainland GB, Services from GB islands (excluding Crown Dependencies) may be requested. If this situation occurs the Contractor would be expected to provide a quotation and estimated timescale or the collection. The APHA Veterinary Lead in Avian Virology would then advise if the collection should go ahead.
Note that the value shown on this notice is very approximate and covers the full potential 5-year contract period (01/09/2024 to 31/08/2027 with up to 24 months extension allowable).
If you are interested in this requirement please ensure you are registered on Defra's e-Sourcing system Atamis https://defra-family.force.com/s/Welcome.
If you need technical help with the Atamis system when registering please contact the Atamis support team e-mail
Support@Atamis.co.uk or phone Tel: 029 2279 0052.
Any questions, requests to participate or tender submissions must be submitted electronically via the portal.
Animal and Plant Health Agency (APHA)LondonWAC-391540
The Animal and Plant Health Agency (APHA) requires the collection of dead wild birds and small mammals that are deemed to be of surveillance value, and delivery of the carcases to designated sites for testing across mainland Great Britain (GB).
ANIMAL AND PLANT HEALTH AGENCY (Defra Network eTendering Portal)LondonWAC-116856
APHA are seeking to replace the current framework with a new framework for the provision of Livestock ADR Transport & Disposal. The intention is to appoint multiple suppliers to provide APHA and other GB government authorities with maximum capacity and capability to respond endemic and exotic, notifiable and reportable disease outbreaks (i.e., Avian Influenza or Swine Fever) throughout England, Scotland and Wales. Suppliers will be required to be at a readiness level that enables them to respond and deploy services within 6 to 12 hours of a request being raised, including weekends and public holidays. <br/><br/>The services required will be split into two (2) Lots: <br/><br/>Lot 1 (Disposal and ADR Transport Services) <br/><br/>Lot 2 (ADR Transport Services)
ANIMAL AND PLANT HEALTH AGENCY (Defra Network eTendering Portal)LondonWAC-76636
The Animal and Plant Health Agency ("APHA") is looking to purchase two hydraulic postmortem room tables for our facility in Carmarthen (SA31 3EZ).
The tables are to be made of BS 316 steel and suitable for use in a postmortem environment. The specification sets out the requirements in full.
Please note: quotes must be submitted through our e-procurement system: https://atamis-9529.my.site.com/s/Welcome. Refer to project code C27190.
The Animal and Plant Health Agency (APHA) is seeking to engage a supplier to provide Specified Pathogen Free (SPF) chicken (Gallus gallus) Eggs for laboratory diagnostic and research purposes.
ANIMAL AND PLANT HEALTH AGENCY (Defra Network eTendering Portal)LondonWAC-48969
APHA are seeking to replace the current Poultry Culling Services Framework Agreement.<br/><br/>The intention is to appoint multiple suppliers within all Lots of the Framework as this will provide APHA and other GB government authorities with maximum capacity and capability to respond endemic and exotic, notifiable and reportable poultry disease outbreaks (i.e., Avian Influenza) throughout England, Scotland and Wales.<br/><br/>The services required will be split into four (4) Lots:<br/><br/>Lot 1 (Containerised Gassing Unit (CGU) services, including the Supply of Gasses and Poultry Catching Services)<br/><br/>Lot 2 (Poultry Catching Services)<br/><br/>Lot 3 (Supply of Gasses for Containerised Gassing Units (CGUs)<br/><br/>Lot 4 (Whole House Gassing (WHG) services)<br/><br/>Suppliers will be expected to be at a readiness level that will enable them to respond and deploy to emergency situations within six (6) to twelve (12) hours of a request being raised, including weekends and public holidays.
ANIMAL AND PLANT HEALTH AGENCY (Defra Network eTendering Portal)LondonWAC-40946
1. Overview of Requirement
1.1 Background
Invasive non-native species (INNS) are one of the top threats to global biodiversity, cost the British economy around £2 billion a year, and can harm human health and interfere with our way of life.
While terrestrial invasive non-native species are a serious issue, aquatic non-native species are particularly invasive and, once established, can be impossible to eradicate and extremely costly to manage. A 2016 report estimated the cost of INNS to the UK water industry as at least £7.5 million per annum, a figure expected to rise as increasing numbers of invasive species arrive in the country. This report provided a series of recommended measures for water companies to reduce the impacts of INNS, covering prevention, management, control and eradication.
Following this report, the water industry has implemented measures to limit future costs, maintain services, and help protect the environment from INNS. Between 2017 and 2025, over £1 million has been invested by a group of water companies to tackle aquatic INNS in England (£450k invested by eight water companies between 2017 and 2020, and £600k by nine water companies between 2020 and 2025). Delivery of this work programme is led by the GB Non-native Species Secretariat (NNSS), overseen by the Aquatic Biosecurity Partnership, a steering group of contributing water companies and key Check, Clean, Dry partners who are supporting the project through their time and the activities of their organisation.
To enable comparisons over time, and support future work in the next phase of the Aquatic Biosecurity Partnership, the partnership now requires:
1. Information on the current costs of INNS to the UK water industry.
2. Recommendations for measures to reduce the impact of INNS in the freshwater environment.
2. Scope of Requirements
2.1 The key objectives of the research are to:
1. Quantify the cost of INNS to UK water companies.
2. Identify and prioritise emerging INNS threats to UK water companies.
3. Assess progress made by water companies in England and Wales with recommendations made in the 2016 report.
4. Assess progress with collaborative working between water companies in this area.
5. Recommend the most effective measures for control of priority species.
The Animal and Plant Health Agency (APHA) and Department of Agriculture, Environment and Rural Affairs (DAERA) are seeking to engage a supplier to produce and supply specified Poultry Rate Cards on a regular basis to reflect the market value of breeding, laying and meat production birds at various stages in their lifecycle, including consideration of age in days/weeks. The Poultry Rate Cards may be used where the Authority is required to or chooses to pay compensation for poultry or other captive birds. The successful Tenderer will be appointed to supply the specified Poultry Rate Cards (PRCs) for an initial 4-year period, with the option to extend the Contract for a further period of up to a maximum of 24 months. This will be subject to separate budget approval and at the discretion of the Contracting Body. There are three elements to the requirement: The successful Supplier shall deliver: • Requirement 1: Provide regular review and updates as required, of a variety of PRCs at specified intervals (typically 5 times a year); and • Requirement 2: Conduct bespoke valuations for different bird types/production systems, as required by the Buyer. If a bespoke PRC is commissioned, the Buyer may request these PRCs are then added to the regular updates and a Contract Change Notice (CCN) would be agreed between the Buyer and the Supplier as appropriate; and • Requirement 3: Provide expert advice, as required. The potential supplier will need to have and maintain knowledge of the United Kingdom poultry and game rearing industry, including conditions in Northern Ireland.
This notice calls for bids to be submitted for the provision of agricultural valuation services. This is a reprocurement ahead of the expiry of Defra's current valuation services framework agreement.
The valuation services framework will seek the appointment of a range of professionals who can value: livestock, crops and assets. The framework is comprised of three lots, as we are seeking three types of valuers: routine valuers, expert valuers and monitor valuers.
The purpose of these valuations is to support APHA to control the spread of endemic and exotic diseases such as bovine TB and bird flu. The valuations under this framework will enable APHA, Welsh Government and Scottish Government to pay compensation to the owners of stock, crops or assets when we humanely cull animals, destroy crops and/or destroy assets to control the spread of diseases.
The resulting open framework is to be open for use by: Defra, APHA, Welsh Government & Scottish Government.
Animal and Plant Health Agency (APHA) require a specialist courier supplier to manage the secure, time-critical collection and international delivery of approximately 2,000 consignments per year. While these volumes are indicative and cannot be guaranteed, the consignments include high-risk materials classified as Category A (UN2814 & UN2900) and Category B (UN3373), which must be transported both within the UK (including Northern Ireland) and globally, covering Europe, Non-EU countries, and other international destinations. Due to the specialist nature of the consignments, the suppliers must hold appropriate licenses for the transportation of infectious substances, manage chilled and dry ice shipments, provide import services, and navigate complex customs clearance procedures.
We are seeking up to three contractors to provide hive side training to intermediate hobbyist beekeepers to teach beekeepers how to recognise pests and diseases and ensure good husbandry practices.
The requirement is separated into three lots covering three regions:
Lot 1: North of England and Midlands
Lot 2: South of England
Lot 3 Wales
Note on market engagement: market engagement was conducted through a PCR 2015 notice:https://www.contractsfinder.service.gov.uk/Notice/b26ba9b3-3d8b-43bd-b3d3-21d60541b6f8