Opportunity

Procurement of Outsourced Kitting Automation

  • Department of Health and Social Care

F02: Contract notice

Notice reference: 2021/S 000-017499

Published 23 July 2021, 1:48pm



Section one: Contracting authority

one.1) Name and addresses

Department of Health and Social Care

39 Victoria Street

London

SW1H 0EU

Email

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

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

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

Email

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.