Opportunity

Lateral Flow - Dynamic Purchasing System (DPS)

  • Department of Health and Social Care

F02: Contract notice

Notice reference: 2021/S 000-004511

Published 5 March 2021, 5:41pm



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 - 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

Email

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

Email

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