Opportunity

End to End Home Antibody Testing Service

  • Department of Health and Social Care

F02: Contract notice

Notice reference: 2021/S 000-006604

Published 31 March 2021, 10:05am



Section one: Contracting authority

one.1) Name and addresses

Department of Health and Social Care

39 Victoria Street

London

SW1H 0EU

Contact

Syed Husnain

Email

Syed.Hasnain@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

End to End Home Antibody Testing Service

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

DHSC is looking for a supplier to provide a comprehensive, end-to-end capillary blood testing service to detect the presence of antibodies generated against SARS-CoV-2 (COVID-19) in the blood. This is the only at-home testing capability not drawing on resource intensive phlebotomy and NHS capacity.Serology testing is central to understanding the spread of infections across communities and informing strategic and policy directions to limit transmission. DHSC has been undertaking antibody testing since May 2020 on a relatively small scale to monitor spread of disease in a number of key cohorts including adult social care and health care workers. Surveillance testing is required over a longer period of time to develop insights and allow for more robust understanding of localised long-term trends, providing data to help inform policy decisions.

two.1.5) Estimated total value

Value excluding VAT: £96,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85145000 - Services provided by medical laboratories

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Open procedure

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: £98,000,000

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

1 x 6 month extension

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 estimated value set out in this notice reflects the maximum expected value of the contract over its term. However, bidders should note that this value is dependent on volumes processed under the contract which are subject to fluctuation. In addition, bidders should note the potential for changes to volumes in accordance with the specific change mechanisms set out in the contract documents."


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria is set out in the tender documentation

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria is set out in the tender documentation

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Included in the KPI and MI requirements of the tender detailed in the documentation


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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 251-634229

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

Date

29 April 2021

Local time

3:00pm

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

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

four.2.7) Conditions for opening of tenders

Date

29 April 2021

Local time

3:00pm


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