Opportunity

DHSC Assisted Testing Framework

  • Department of Health and Social Care

F02: Contract notice

Notice reference: 2021/S 000-009201

Published 28 April 2021, 9:23pm



Section one: Contracting authority

one.1) Name and addresses

Department of Health and Social Care

39 Victoria Street

London

SW1H 0EU

Email

tania.hess@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

DHSC Assisted Testing Framework

Reference number

C21934

two.1.2) Main CPV code

  • 75131100 - General personnel services for the government

two.1.3) Type of contract

Services

two.1.4) Short description

The Department of Health and Social Care is tendering for a 4-year UK-wide Framework to cover Assisted Testing requirements for the Authority (DHSC and other Contracting Authorities). This Framework is for the provision of Assisted Testing Services to support the Authority with outbreaks of viruses or diseases that require a testing programme. As part of this Framework the Government’s Test and Trace Programme aims to deliver a comprehensive Assisted Testing Services across all four nations. The fully managed Assisted Testing Services are for any type of test site or location across the UK allowing for any test devices or technologies. The Services incl. but are not limited to the provision of Assisted Testing Services, training of own workforce or third parties, support of pilots and service evaluation of test devices, SOP development and deployment of the different roles individually. For additional information please refer to Section 'VI.3.0.1 Additional Information'.

two.1.5) Estimated total value

Value excluding VAT: £386,584,484

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 7

two.2) Description

two.2.1) Title

Lot 1

Lot No

1

two.2.2) Additional CPV code(s)

  • 75131100 - General personnel services for the government
  • 79620000 - Supply services of personnel including temporary staff
  • 79625000 - Supply services of medical personnel
  • 80561000 - Health training services
  • 85148000 - Medical analysis services
  • 79421100 - Project-supervision services other than for construction work
  • 80500000 - Training services
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 72225000 - System quality assurance assessment and review services
  • 79421000 - Project-management services other than for construction work
  • 80320000 - Medical education services
  • 85141000 - Services provided by medical personnel
  • 80330000 - Safety education services
  • 75200000 - Provision of services to the community
  • 79632000 - Personnel-training services
  • 85140000 - Miscellaneous health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London, South East England, South West England

two.2.4) Description of the procurement

The Contractor requires to provide all elements of Assisted Testing Services as set out in document ‘FTS Notice - OJEU-001988 – Additional Information’ for Lot 1.Lot 1 covers the following counties:Berkshire, East Sussex, Oxfordshire, West Sussex, Hampshire, Wiltshire, Gloucestershire, Devon, Somerset, Dorset, Cornwall, Kent, Surrey, City of London, Greater London, Essex, Hertfordshire, Isle of Wight, Bristol

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Lot 2

Lot No

2

two.2.2) Additional CPV code(s)

  • 75131100 - General personnel services for the government
  • 80561000 - Health training services
  • 79421100 - Project-supervision services other than for construction work
  • 79632000 - Personnel-training services
  • 85140000 - Miscellaneous health services
  • 85148000 - Medical analysis services
  • 79625000 - Supply services of medical personnel
  • 80330000 - Safety education services
  • 75200000 - Provision of services to the community
  • 79421000 - Project-management services other than for construction work
  • 79620000 - Supply services of personnel including temporary staff
  • 80500000 - Training services
  • 85141000 - Services provided by medical personnel
  • 80320000 - Medical education services
  • 72225000 - System quality assurance assessment and review services
  • 38900000 - Miscellaneous evaluation or testing instruments

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

East Midlands, East of England, West Midlands

two.2.4) Description of the procurement

The Contractor requires to provide all elements of Assisted Testing Services as set out in document ‘FTS Notice - OJEU-001988 – Additional Information’ for Lot 2.Lot 2 covers the following counties:Buckinghamshire, Suffolk, Norfolk, Cambridgeshire, Bedfordshire, Rutland, Herefordshire, Northamptonshire, Staffordshire, Leicestershire, Worcestershire, Nottinghamshire, Warwickshire, Derbyshire, West Midlands, Shropshire, Lincolnshire

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Lot 3

Lot No

3

two.2.2) Additional CPV code(s)

  • 75131100 - General personnel services for the government
  • 72225000 - System quality assurance assessment and review services
  • 80320000 - Medical education services
  • 85141000 - Services provided by medical personnel
  • 79620000 - Supply services of personnel including temporary staff
  • 80561000 - Health training services
  • 85140000 - Miscellaneous health services
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 79421100 - Project-supervision services other than for construction work
  • 80330000 - Safety education services
  • 85148000 - Medical analysis services
  • 75200000 - Provision of services to the community
  • 79421000 - Project-management services other than for construction work
  • 79632000 - Personnel-training services
  • 80500000 - Training services
  • 79625000 - Supply services of medical personnel

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

North East England, North West England, Yorkshire and The Humber

two.2.4) Description of the procurement

The Contractor requires to provide all elements of Assisted Testing Services as set out in document ‘FTS Notice - OJEU-001988 – Additional Information’ for Lot 3.Lot 3 covers the following counties:Merseyside, Greater Manchester, Cumbria, Cheshire, Lancashire, North Yorkshire, West Yorkshire, South Yorkshire, Northumberland, Durham, East Riding of Yorkshire, Tyne and Wear

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Lot 4

Lot No

4

two.2.2) Additional CPV code(s)

  • 75131100 - General personnel services for the government
  • 79625000 - Supply services of medical personnel
  • 80330000 - Safety education services
  • 85140000 - Miscellaneous health services
  • 85141000 - Services provided by medical personnel
  • 75200000 - Provision of services to the community
  • 79620000 - Supply services of personnel including temporary staff
  • 72225000 - System quality assurance assessment and review services
  • 80320000 - Medical education services
  • 79421000 - Project-management services other than for construction work
  • 79421100 - Project-supervision services other than for construction work
  • 79632000 - Personnel-training services
  • 80500000 - Training services
  • 85148000 - Medical analysis services
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 80561000 - Health training services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Scotland

two.2.4) Description of the procurement

The Contractor requires to provide all elements of Assisted Testing Services as set out in document ‘FTS Notice - OJEU-001988 – Additional Information’ for Lot 4.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Lot 5

Lot No

5

two.2.2) Additional CPV code(s)

  • 75131100 - General personnel services for the government
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 79632000 - Personnel-training services
  • 80330000 - Safety education services
  • 80500000 - Training services
  • 80561000 - Health training services
  • 72225000 - System quality assurance assessment and review services
  • 79421100 - Project-supervision services other than for construction work
  • 79625000 - Supply services of medical personnel
  • 80320000 - Medical education services
  • 85141000 - Services provided by medical personnel
  • 75200000 - Provision of services to the community
  • 79421000 - Project-management services other than for construction work
  • 79620000 - Supply services of personnel including temporary staff
  • 85140000 - Miscellaneous health services
  • 85148000 - Medical analysis services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Northern Ireland

two.2.4) Description of the procurement

The Contractor requires to provide all elements of Assisted Testing Services as set out in document ‘FTS Notice - OJEU-001988 – Additional Information’ for Lot 5.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Lot 6

Lot No

6

two.2.2) Additional CPV code(s)

  • 75131100 - General personnel services for the government
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 79421100 - Project-supervision services other than for construction work
  • 79632000 - Personnel-training services
  • 80320000 - Medical education services
  • 79620000 - Supply services of personnel including temporary staff
  • 79625000 - Supply services of medical personnel
  • 80561000 - Health training services
  • 85140000 - Miscellaneous health services
  • 85141000 - Services provided by medical personnel
  • 80330000 - Safety education services
  • 80500000 - Training services
  • 85148000 - Medical analysis services
  • 72225000 - System quality assurance assessment and review services
  • 75200000 - Provision of services to the community
  • 79421000 - Project-management services other than for construction work

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Wales

two.2.4) Description of the procurement

The Contractor requires to provide all elements of Assisted Testing Services as set out in document ‘FTS Notice - OJEU-001988 – Additional Information’ for Lot 6.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Lot 7

Lot No

7

two.2.2) Additional CPV code(s)

  • 75131100 - General personnel services for the government
  • 80330000 - Safety education services
  • 80500000 - Training services
  • 79421000 - Project-management services other than for construction work
  • 80320000 - Medical education services
  • 85141000 - Services provided by medical personnel
  • 85140000 - Miscellaneous health services
  • 72225000 - System quality assurance assessment and review services
  • 75200000 - Provision of services to the community
  • 79620000 - Supply services of personnel including temporary staff
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 85148000 - Medical analysis services
  • 80561000 - Health training services
  • 79625000 - Supply services of medical personnel
  • 79632000 - Personnel-training services
  • 79421100 - Project-supervision services other than for construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

England

two.2.4) Description of the procurement

The Contractor requires to provide all elements of Assisted Testing Services as set out in document ‘FTS Notice - OJEU-001988 – Additional Information’ for Lot 7.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

No

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


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

As set out in the Selection Questionnaire (SQ)

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the Framework Agreement and (if applicable) Call-Off Contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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

4 June 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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 June 2021

Local time

3:00pm

Place

-

Information about authorised persons and opening procedure

-


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

For additional information please refer to Attachment 'FTS Notice - OJEU-001988 – Additional Information'.Bidders should note that the estimated values per Lot are indicative only as the Authority cannot predict with any certainty which Lots may be used for requirements. The Authority therefore reserves the right to go beyond the estimated value of a Lot where there is underspend on another Lot(s) and provided always that the Authority remains within the overall Framework value.

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