Opportunity

Procurement of Kitting Automation Equipment

  • Department of Health and Social Care

F02: Contract notice

Notice reference: 2021/S 000-022374

Published 9 September 2021, 11:45am



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

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 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

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals