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
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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