Section one: Contracting authority
one.1) Name and addresses
Department of Health and Social Care
39 Victoria Street
London
SW1H 0EU
Contact
Test & Trace Market Engagement
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 Kitting Automation Equipment
two.1.2) Main CPV code
- 31720000 - Electromechanical equipment
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. As part of the Mass Testing programme, the Test & Trace Programme produces PCR and LAMP test kits. Currently, these diagnostic test kits are produced in a largely manual fashion. The Test & Trace programme is seeking to establish a fully automated capability to produce diagnostic test-kits at large scale.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 42200000 - Machinery for food, beverage and tobacco processing and associated parts
- 42990000 - Miscellaneous special-purpose machinery
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Department of Health & Social Care 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, the Test & Trace Programme produces PCR and LAMP test kits. Currently, these diagnostic test kits are produced in a largely manual fashion. The Test & Trace programme is seeking to establish a fully automated capability to produce diagnostic test-kits at large scale, in order to:• Establish a lasting legacy to better prepare the UK for future pandemic events when they occur, and to repurpose the testing system for non-pandemic tests such as genetic sequencing, cancer diagnostics, STDs and other respiratory diseases;• Improve quality of test kit production;• Achieve a Maximum Capacity of 500,000 tests / day, of the four variants of Covid-19 test kits specified in the System Requirements Documents (SRD)to meet predicted test demand;• Increase responsiveness to fluctuating demand, with the ability to quickly increase or decrease volumes in line with rapidly changing demand for Covid tests;• Produce test kits for the four PCR test kits variants that make 99% of the demand, and to be able to accommodate planned / possible future kit without major redesign;• Reduce the cost of producing test kits for the tax payer;We are seeking a supplier to design, deliver, install and commission this Automated Kitting Equipment, and to provide DHSC operator training and ongoing equipment support. DHSC are now advising the market of our intention to procure these goods. This Procurement will establish a single Contract for the purchase of Kitting Automation Equipment.
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: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
20
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend such support for up to two further periods of up to 12 months each
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
ProcessSuppliers instructions: the opportunity will be available on the DHSC Atamis eTendering System and will be conducted using the competitive dialogue procedure. You must be registered on the Atamis e-Sourcing Suite (“Atamis”) via https://health-family.force.com/s/Welcome in order to take part in this Procurement.
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
Competitive dialogue
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
11 October 2021
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
9 September 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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
ProcessSuppliers instructions: the opportunity will be available on the DHSC Atamis eTendering System and will be conducted using the competitive dialogue procedure. You must be registered on the Atamis e-Sourcing Suite (“Atamis”) via https://health-family.force.com/s/Welcome in order to take part in this Procurement. If you are not already registered you can do so using the same link. Select ‘Find Opportunities’ and then select the ‘Procurement of Kitting Automation Equipment’ opportunity, reference C43352. Once you have selected the Opportunity, press the ‘Register Interest’ button to register your interest. Once the tender pack is published you can review documents, send clarification messages, submit the response, or decline to respond, if you decide not to participate in the opportunityIf you have any issues with using Atamis, or require any assistance, please contact the Atamis helpdesk prior to the Tender Submission Deadline at support-health@atamis.co.uk or 0800 9956035. We are planning to issue the tender pack on Wednesday 25th June 2021, an automatic message will be sent notifying you as long as you have expressed your interest against this opportunity. For further assistance please consult the online help, or the eTendering help desk.Bidders will be invited to submit both an SQ and an ITT response in parallel. Responses from Bidders who meet the criteria of the SQ will be evaluated against the criteria that will be published in the tender pack. The three Bidders with the highest evaluation sores will then be invited to participate in Competitive Dialogue, alongside a parallel site visit assessment. Following completion of Competitive Dialogue and site visit assessments, down selected Bidders may submit revised bids for final evaluation which will be evaluated against the final evaluation criteria published in the tender pack. Full details of the evaluation process and assessment will be published in the tender pack.We reserve the right to: (i) to cancel this procurement at any stage; (ii) to not award any contract as a result of the procurement; (iii) make any changes to the timetable, structure or content of the competition. Bidders’ costs of responding to this opportunity shall be at their own expense,Please note that all future correspondence for the event will be our e-Procurement System.
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