Tender

Lateral Flow Testing Kits

  • Department of Health and Social Care

F02: Contract notice

Notice identifier: 2021/S 000-000197

Procurement identifier (OCID): ocds-h6vhtk-0037ee-integration

Published 18 January 2021, 3:42pm



Section one: Contracting authority

one.1) Name and addresses

Department of Health and Social Care

39 Victoria Street

London

SW1H 0EU

Contact

Test & Trace - DHSC

Email

TTprocurement@dhsc.gov.uk

Country

United Kingdom

NUTS code

UKI32 - Westminster

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health-and-social-care

Buyer's address

https://www.gov.uk/government/organisations/department-of-health-and-social-care

one.3) Communication

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

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

http://health.atamis.co.uk

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Lateral Flow Testing Kits

Reference number

33141625

two.1.2) Main CPV code

  • 33141625 - Diagnostic kits

two.1.3) Type of contract

Supplies

two.1.4) Short description

In light of the urgent requirement and as part of national measures to deal with the COVID-19 pandemic, DHSC has a requirement for the supply of Lateral Flow Testing Kits to be undertaken on accelerated basis (Regulation 27(5) PCR). Please note that product offerings which can only use a nasopharyngeal specimen shall not be permitted under this tender. The procurement shall appoint bidders to the proposed framework. DHSC currently intends to make the first call off as soon as the framework agreement is entered into. Appointment onto the framework and a given lot shall be subject to the criteria stated in the procurement documents. One of these key requirements is that any test proposed must have successfully passed through LFT Validation Phase 3A by Public Health England’s Porton Down facility prior to the Tender Submission Deadline – see the ITT for further details.

two.1.5) Estimated total value

Value excluding VAT: £911,542,857

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33141625 - Diagnostic kits

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

In light of the urgent requirement and as part of national measures to deal with the COVID-19 pandemic, DHSC has a requirement for the supply of Lateral Flow Testing Kits to be undertaken on accelerated basis (Regulation 27(5) PCR). Please note that product offerings which can only use a nasopharyngeal specimen shall not be permitted under this tender. The procurement shall appoint bidders to the proposed framework. DHSC currently intends to make the first call off as soon as the framework agreement is entered into. Appointment onto the framework and a given lot shall be subject to the criteria stated in the procurement documents. One of these key requirements is that any test proposed must have successfully passed through LFT Validation Phase 3A by Public Health England’s Porton Down facility prior to the Tender Submission Deadline – see the ITT for further details. At the point of call-off from the framework, the authority reserves the right to specify a requirement for a higher level of validation if needed.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £911,542,857

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

Start date

9 February 2021

End date

31 March 2021

This contract is subject to renewal

No

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

The proposed framework shall segment bids into lots, which shall be defined by Pack size (number of tests per kit / inner-box). Appointment onto a given lot shall be subject to the criteria stated in the procurement documents. Tenders may be submitted for one, for several or for all of the lots.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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

19 January 2021

Local time

12:00pm

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

Tender must be valid until: 31 March 2021

four.2.7) Conditions for opening of tenders

Date

19 January 2021

Local time

12:00pm

Place

Electronically via the Atamis Portal.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

As part of this tender evaluation, the authority shall be conducting a financial due diligence, which shall impact your award amount. It is therefore paramount that as part of this procurement the bidding entity is able to submit relevant documentation for such financial checks to be made. Detail of these financial evaluations, the accepted supporting documentation and consequential impact of this assessment shall be detailed in the tender pack.

six.4) Procedures for review

six.4.1) Review body

The High Court

Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals

six.4.4) Service from which information about the review procedure may be obtained

Department of Health and Social Care

39 Victoria Street

London

SW1H 0EU

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/department-of-health-and-social-care