Section one: Contracting authority
one.1) Name and addresses
Department of Health and Social Care
39 Victoria Street
London
SW1H 0EU
ttmarketengagement@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
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
Procurement of Outsourced Kitting Automation
two.1.2) Main CPV code
- 33100000 - Medical equipments
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Department of Health & Social Care has set up the Test & Trace Programme to address the challenges of the Covid-19 pandemic. Currently, diagnostic test kits (PCR ) have been produced manually. The Test & Trace programme is seeking to establish an automated solution to produce diagnostic test-kits at large scale, in order to:• Meet medical quality requirements for test kit production;• Deliver a total Capacity of 300,000 tests / day between the awarded Suppliers, with the ability to scale up to 350,000 kits per day with reasonable notice;• Flex production volumes quickly to meet the varying demand for Covid-19 tests;• The current requirement is to produce test kits for the four PCR test kits variants;• Reduce the individual cost of producing test kits;
two.1.5) Estimated total value
Value excluding VAT: £21,100,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33190000 - Miscellaneous medical devices and products
- 38911000 - Manual swab test kits
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 38912000 - Automated swab test kits
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Department of Health & Social Care (The Authority) has set up the Test & Trace Programme to address the challenges of the Covid-19 pandemic. The purpose of the Test and Trace programme is: • Saving Lives (rapid testing for anyone with symptoms)• Protecting the vulnerable (screening of selected cohorts)• Containment (Integral part of NHS Test and Trace) • Getting UK back to work (testing available for all symptomatic citizens)• Understanding prevalence (survey delivery) As part of the Mass Testing programme, several channels have been created to deliver Covid-19 test-kits within the UK. The channel provides an end-to-end logistics network, from receipt and storage of bulk components in Bulk Component Storage Warehouses, kitting of test-kits at Kitting Facilities and onward fulfilment to Home Fulfilment Centres, Local Testing Centres and Satellite Sites. This will also include NHS Trusts, Schools and Private sector locations. Once test samples have been completed, they are collected and delivered to test laboratories for test diagnosis and result dissemination. Currently, diagnostic test kits (PCR ) have been produced manually. The Test & Trace programme is seeking to establish an automated solution to produce diagnostic test-kits at large scale, in order to:• Meet medical quality requirements for test kit production;• Deliver a total Capacity of 300,000 tests / day between the awarded Suppliers, with the ability to scale up to 350,000 kits per day with reasonable notice;• Flex production volumes quickly to meet the varying demand for Covid-19 tests;• The current requirement is to produce test kits for the four PCR test kits variants;• Reduce the individual cost of producing test kits;• Please note that all future correspondence for the event will be our e-Procurement System, Atamis.
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: £22,100,000
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
Option to extend by two periods of twelve months each up to a maximum of 24 months (12 + 12 months)
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.1.2) 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
Urgency of the services needed
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
26 July 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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
16 August 2021
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Suppliers instructions: The opportunity willbe available on the DHSC AtamiseTendering System. Select this link toaccess and register your organisation tothe Atamis system https://healthfamily.force.com/s/Welcome, if you havenot already done so. Select “FindOpportunities” and then select the “Procurement of Outsourced Kitting Automation” opportunity.Once you have selected the Opportunity,press the ‘Register Interest’ button toregister your interest. As you select theOpportunity, you can review documents,send clarification messages, submit theresponse, or decline to respond, if youdecide not to participate in the opportunity.For further assistance please consult theonline help, or the eTendering help desk.NHS Test and Trace expressly reserves therights: (i) to use a reverse auction; (ii) to cancel this procurement at any stage;(iii) to not award any contract as a result ofthe procurement process commenced bypublication of this notice; (iv) and in no circumstances will NHS Testand Trace be liable for any costs incurredby potential suppliers.
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
Internet address
https://www.gov.uk/courts-tribunals
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Department for Health and Social Care will incorporate a minimum 10 calendar daystandstill period at the point information on award of the contract is communicated to tenderers. Appeals must be lodged inaccordance with the Public ContractsRegulations 2015 (SI 2015 No 102) as amended.