Section one: Contracting authority
one.1) Name and addresses
Department of Health and Social Care
39 Victoria Street
London
SW1H 0EU
Contact
Jayne Whitehead
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
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
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom