Contract

National Microbiology Framework - Lot 3: Manufacturing, Product Development and Commercialisation

  • Public Health England

F03: Contract award notice

Notice identifier: 2021/S 000-008818

Procurement identifier (OCID): ocds-h6vhtk-02a9e3

Published 24 April 2021, 10:54pm



Section one: Contracting authority

one.1) Name and addresses

Public Health England

61 Colindale Avenue,

London

NW9 5EQ

Email

srm.scientific@phe.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/public-health-england

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

National Microbiology Framework - Lot 3: Manufacturing, Product Development and Commercialisation

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

Lot 3 is for the manufacturing, product development and commercialisation of diagnostic and/or therapeutic products for the purpose of research, experimentation, study, development or to establish commercial viability or to recover research and development costs.

Please note that this Award Notice is for Lot 3, however the Framework Agreement encompasses the following four lots:

- Lot 1: Diagnostic Goods and Services

- Lot 2: Research and Development Goods and Services

- Lot 3: Manufacturing, Product Development and Commercialisation

- Lot 4: Clinical Laboratory Diagnostic Testing Services

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,500,000,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Framework Agreement relates to the supply of diagnostics Goods for the qualitative / quantitative examination of specimens / samples and the development or manufacturing of assays / kits /

medication and related Services. It also relates to the supply of diagnostics Services for the qualitative / quantitative examination of specimens / samples or the development or manufacturing of assays / kits / medication. The framework also covers Clinical Laboratory Diagnostic Testing Services.

The term of the framework will be for an initial 2 years with options to extend by up to a further 2 years.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: Yes

Description of options

The framework agreement will be for an initial period of 24 months with options exercisable by the Authority under the framework agreement to extend the duration in increments by up to a maximum of 24 months. Therefore, the total maximum duration of the framework agreement is 48 months.

The Authority will also have the option to purchase new and/or updated Goods and/or Services which the Supplier proposes should be added to its range as described in Section VI.3 below.

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 value attributed to each Lot is an approximate estimate only. As indicated in Section VI.3. of this Notice, the actual values will be to such level as those purchasing under the Framework Agreement consider necessary to provide suitable requirements.


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 217-533940


Section five. Award of contract

Lot No

Lot 3

Title

Manufacturing, Product Development and Commercialisation

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 April 2021

five.2.2) Information about tenders

Number of tenders received: 17

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

AusDiagnostics UK Limited

Chesham

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Bio-Techne Ltd

Abingdon

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Europlaz Technologies Limited

Essex

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Immensa Health Clinic Ltd

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Life Technologies Limited

Paisley

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Qiagen Ltd

Manchester

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Randox Laboratories Ltd

Crumlin

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Thermo Fisher Diagnostics Ltd

Altrincham

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Yourgene Health UK Limited

Manchester

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,500,000,000


Section six. Complementary information

six.3) Additional information

The framework is intended to be accessed by:

Public Health England;

Department of Health and Social Care;

Public Health Wales;

Public Health Scotland;

Department for Health for Northern Ireland;

Health and Social Care Northern Ireland;

NHS Authorities, NHS Trusts, NHS Foundation Trusts, Special Health Authorities, NHS Scotland Health Boards, NHS Wales Health Boards, NHS Northern Ireland Health Boards, Special NHS Boards and any other NHS entity;

Local Authorities;

any other bodies governed by public law (as defined in regulation 2 of the Public Contracts Regulations 2015 (SI 2015/102) (as amended); and

academic or charitable institutions (including any such institutions that are not Contracting Authorities).

Examples of such bodies can be found at the following links (as of date of publication):

https://www.gov.uk/government/organisations/charity-commission

https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

The framework value is an approximate estimate only. The actual values will be to such level as those purchasing under the Framework Agreement consider necessary to provide suitable requirements. PHE works with DHSC and the NHS in its role as a national and international emergency responder to current and emerging threats to public health. As demonstrated by the COVID-19 pandemic, the exact nature, timing and escalation of such threats (and the corresponding required responses) can be difficult to foresee, making any exercise in future value estimation unpredictable.

The scope of this Framework Agreement covers Goods and Services that are subject to rapid and frequent improvements, advancements and new scientific and technical developments. Therefore, to keep this Framework Agreement in line with the latest market and scientific developments so as to ensure that patients and other end users have ongoing access to state of the art diagnostics for the duration of this Framework Agreement successful Suppliers will be able to propose new and/or updated Goods and/or Services to be added to a Supplier’s range under the Framework Agreement if one or more of the following circumstances apply:

• Where the proposed updated Goods or Services fall within the general scope of this procurement as set out as part of this OJEU Contract Notice (i.e. fall within an existing main or supplementary CPV code as may be referred to in this Contract Notice and/or the description sections of this Contract Notice);

• Where the proposed new Goods or Services fall within the broad categories of Goods or Services covered by this Framework Agreement (i.e. fall within an existing main or supplementary CPV code as may be referred to in this Contract Notice and/or the broad categories of Goods and/or Services referred to in any of the description sections of this Contract Notice), but are new to the market. For the avoidance of doubt, for the purposes of any testing services, this will allow Suppliers to offer new types of tests, new test kits, related new equipment / products, related new consumables and related new Services as and when they become available during the duration of the Framework Agreement provided they fall within an existing main or supplementary CPV code as may be referred to in this Contract Notice and/or the broad categories of Goods and/or Services referred to in any of the description sections of this Contract Notice);

• Where the proposed new or updated Goods or Services reflect a product or service line extension (i.e. are new, modified or updated products or services in the same category of Goods or Services already supplied by a Supplier under this Framework Agreement); or

• Where the proposed new or updated Goods or Services reflect a range extension (i.e. are new, modified or updated products or services that reflect an expansion of the Supplier’s range in the same category of Goods or Services already supplied by a Supplier under this Framework Agreement).

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The High Court , Strand, Holborn

WC2A 2LL

Country

United Kingdom