Tender

Consumables Reagents and Equipment DPS

  • Department of Health and Social Care

F02: Contract notice

Notice identifier: 2021/S 000-004622

Procurement identifier (OCID): ocds-h6vhtk-02997f

Published 8 March 2021, 3:24pm



Section one: Contracting authority

one.1) Name and addresses

Department of Health and Social Care

39 Victoria Street

London

SW1H 0EU

Contact

Jayne Whitehead

Email

credps@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

Consumables Reagents and Equipment DPS

Reference number

C23555

two.1.2) Main CPV code

  • 33000000 - Medical equipments, pharmaceuticals and personal care products

two.1.3) Type of contract

Supplies

two.1.4) Short description

The DPS Agreement will provide the Authority with the opportunity to procure the Goods and/or Services and such other ancillary goods and/or services as covered by the CPV codes in the Contract Notice from various Suppliers to support the Authority’s Test and Trace programme and other departments or Executive Agencies of the Department of Health and Social Care incl. PHE and NIHP. This DPS Agreement is a new offering from the Authority and is intended to work in parallel with existing and newly established frameworks. As COVID-19 develops, the Authority is ensuring it has compliant procurement models in place to access the widest and most appropriate technologies and products. Our aim is to continually access products as they come to market to ensure the best testing services are offered to the public. Suppliers can bid for any or all of the Lots: The indicative Goods and Services have been set out below in order to demonstrate the scope of the DPS and are not exhaustive.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38437000 - Laboratory pipettes and accessories
  • 33695000 - All other non-therapeutic products
  • 33696000 - Reagents and contrast media
  • 33124110 - Diagnostic systems
  • 24000000 - Chemical products
  • 33698000 - Clinical products
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 33696200 - Blood-testing reagents
  • 33124100 - Diagnostic devices
  • 38434000 - Analysers
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 33124130 - Diagnostic supplies

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

NHS Test & Trace, part of the Department for Health and Social Care (the Authority) is seeking to establish a DPS for the provision of Consumables, Reagents, Equipment and Ancillary Services.The DPS Agreement will be managed by the Authority and any Call-Off Contract(s) awarded under the DPS Agreement will be managed by the Authority, unless otherwise stated at the point of any Call-Off. The DPS will be split into 5 lotsLot 1 – ConsumablesLot 2 – ReagentsLot 3 – EquipmentLot 4 – Diagnostic Equipment (including analytical equipment, ancillaries etc)Lot 5 – Equipment Support and Maintenance Services

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: £4,000,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

With a possible further 12 month extension.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 20

Maximum number: 120

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

Further information can be found by logging into www.atamis.co.uk/salesforce.


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

Suppliers will be expected to be able to confirm that they are not aware of any prohibition that would prevent them supplying the Goods or Services to Authority.They have the right to supply / distribute the Goods and Services to the Authority e.g legal manufacturer, licence to manufacture or authorised distributor?And where relevant, will be required if they are only applying to Lots for Services and/or sub-categories which include Goods not classed as medical devices that goods will have the necessary regulatory approvals in place before any Call Off Tender e.g CE Mark, UKCA marking or MHRA derogation. All potential suppliers will be required to meet the financial standing as set out in the documentation.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Contained within procurement documents and SQ Questionnaire. All potential suppliers will be required to meet the financial standing as set out in the documentation.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Suppliers will be selected by satisfying all required selection criteria stated in the Standard Question ( SQ including financial standing testing as noted).

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As laid out in the procurement documents


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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 253-639078

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 April 2021

Local time

2:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

9 March 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

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: DPS is open.

six.3) Additional information

Individual contracts at call-off will set out any specific requirements regarding e-ordering and e-invoicing.

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