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 - Dynamic Purchasing System (DPS)
two.1.2) Main CPV code
- 33141625 - Diagnostic kits
two.1.3) Type of contract
Supplies
two.1.4) Short description
DHSC intends to establish the DPS to help fulfil its requirement for the ongoing supply of additional Lateral Flow Testing Kits.DHSC is therefore seeking applications from potential providers to be admitted to the DPS. DHSC envisages that the DPS will be divided into the categories of products (Lots) with differential characteristics (more fully described in the Specification). DHSC currently intends torun multiple procurements within the DPS to seek tenders from those providers that have qualified onto the DPS and whose tests fall within one or more of the relevant lots.
two.1.5) Estimated total value
Value excluding VAT: £8,004,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33124100 - Diagnostic devices
- 33140000 - Medical consumables
- 33127000 - Immuno-analysis devices
- 33124130 - Diagnostic supplies
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
DHSC intends to establish the DPS to help fulfil its requirement for the ongoing supply of additional Lateral Flow Testing Kits.DHSC is therefore seeking applications from potential providers to be admitted to the DPS. DHSC envisages that the DPS will be divided into the categories of products (Lots) with differential characteristics (more fully described in the Specification). DHSC currently intends to run multiple procurements within the DPS to seek tenders from those providers that have qualified onto the DPS and whose tests fall within one or more of the relevant lots.Whilst the initial response date for applications to join is the 07/04/2021, potential providers may join the DPS at any time up to the date the DPS expires so long as the potential provider meets the criteria stated in the procurement documents found on the appointed esourcing platform.If a potential provider meets the criteria for admission to the DPS then it may be invited to tender for the award of one or more contracts. DHSC envisages using specific criteria which may, where appropriate, be formulated more precisely in the Invitations to Tender for those procurements. A high-level overview of those criteria is also provided in this Contract Notice, at point II 2.4.14DHSC does not seek to procure Tests which are exclusively nasopharyngeal, oropharyngeal or exclusively both.
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: £8,004,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
7 April 2021
End date
6 April 2022
This contract is subject to renewal
Yes
Description of renewals
Authority reserves the right to renew.
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
For those procurements within the DPS, DHSC envisage using the following criteria which may, where appropriate, be formulated more precisely in the Invitations to Tender for those procurements and may differ depending on Lot and the requirements of the procurement:(A) Cost;(B) Selected elements of the Specification;(C) Performance Requirements;(D) Terms & Conditions; and(E) Social Value.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
All criteria are stated in the procurementdocuments found on the appointed esourcing platform.
three.1.2) Economic and financial standing
List and brief description of selection criteria
All criteria are stated in the procurementdocuments found on the appointed esourcing platform.
Minimum level(s) of standards possibly required
All criteria are stated in the procurementdocuments found on the appointed esourcing platform.
three.1.3) Technical and professional ability
List and brief description of selection criteria
All criteria are stated in the procurementdocuments found on the appointed esourcing platform.
Minimum level(s) of standards possibly required
All criteria are stated in the procurement documents found on the appointed esourcing platform
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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
7 April 2021
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: 6 April 2022
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court
Strand
London
WC2A 2LL
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/courts-tribunals
six.4.2) Body responsible for mediation procedures
The High Court
Strand
London
WC2A 2LL
generaloffice@administrativecourtoffice.justice.gov.uk
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