Opportunity

Drugs of Abuse and Point of Care Testing

  • NHS Shared Business Services

F02: Contract notice

Notice reference: 2021/S 000-023181

Published 17 September 2021, 12:38pm



Section one: Contracting authority

one.1) Name and addresses

NHS Shared Business Services

Halyard Court, Chandlers Point, 31 Broadway

Salford

M50 2UW

Contact

Sarah Findlay

Email

nsbs.health@nhs.net

Telephone

+44 7933389868

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

05280446

Internet address(es)

Main address

https://www.sbs.nhs.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39590&B=NHSSBS

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39590&B=NHSSBS

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Joint Venture between Department of Health and Sopra Steria

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Drugs of Abuse and Point of Care Testing

Reference number

10160

two.1.2) Main CPV code

  • 71900000 - Laboratory services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Shared Business Services (NHS SBS) are tendering for Drugs of Abuse and Point of Care Testing, Lots are mixture or products and services in the following areas: Rapid Tests, Back to Lab, Pandemic Testing, Alcohol Testing Devices, BBV, Liver Fuction Testing, Occupational Health Services, Family Law Services including DNA Testing, and broader outsourced Operational Services. Innovation will continue to be a key focus of the framework agreement, awarded suppliers will have the option to add innovative products/services to the framework throughout the duration of the Agreement.

two.1.5) Estimated total value

Value excluding VAT: £280,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1: Rapid Drug Testing Kits

Lot No

1

two.2.2) Additional CPV code(s)

  • 33124131 - Reagent strips
  • 38500000 - Checking and testing apparatus
  • 38540000 - Machines and apparatus for testing and measuring
  • 38544000 - Drug detection apparatus

two.2.3) Place of performance

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

M50 2UW

two.2.4) Description of the procurement

I.e. oral, urine etc. Further details can be found in the Specification.

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

Yes

Description of renewals

The framework will run for 3 years, with an extension option of 1 year.

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: Back to Lab testing

Lot No

2

two.2.2) Additional CPV code(s)

  • 33696200 - Blood-testing reagents
  • 38434520 - Blood analysers
  • 33696500 - Laboratory reagents
  • 71900000 - Laboratory services

two.2.3) Place of performance

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

M50 2UW

two.2.4) Description of the procurement

I.e. nail, hair, blood etc. Further details can be found in the Specification.

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

Yes

Description of renewals

The framework will run for 3 years, with an extension option of 1 year.

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: Pandemic Testing

Lot No

3

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 71900000 - Laboratory services

two.2.3) Place of performance

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

M50 2UW

two.2.4) Description of the procurement

Antigen, Antibody and PCR. Further details can be found in the Specification.

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

Yes

Description of renewals

The framework will run for 3 years, with an extension option of 1 year.

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: Blood Borne Virus (BBV) and Liver Function Testing

Lot No

4

two.2.2) Additional CPV code(s)

  • 33141900 - Blood lancets
  • 33696200 - Blood-testing reagents
  • 38434520 - Blood analysers
  • 85111810 - Blood analysis services
  • 71900000 - Laboratory services
  • 38544000 - Drug detection apparatus

two.2.3) Place of performance

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

M50 2UW

two.2.4) Description of the procurement

Further details can be found in the Specification.

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

Yes

Description of renewals

The framework will run for 3 years, with an extension option of 1 year.

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: Dried Blood Spot Drug & Alcohol testing

Lot No

5

two.2.2) Additional CPV code(s)

  • 33141900 - Blood lancets
  • 33696200 - Blood-testing reagents
  • 38434520 - Blood analysers
  • 85111810 - Blood analysis services
  • 71900000 - Laboratory services
  • 38544000 - Drug detection apparatus

two.2.3) Place of performance

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

M50 2UW

two.2.4) Description of the procurement

Further details can be found in the Specification.

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

Yes

Description of renewals

The framework will run for 3 years, with an extension option of 1 year.

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: Alcohol Testing Devices

Lot No

6

two.2.2) Additional CPV code(s)

  • 38500000 - Checking and testing apparatus
  • 38434000 - Analysers
  • 38544000 - Drug detection apparatus

two.2.3) Place of performance

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

M50 2UW

two.2.4) Description of the procurement

I.e. Breath Analysers, Continuous Monitoring and Associated Consumables. Further details

can be found in the Specification.

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

Yes

Description of renewals

The framework will run for 3 years, with an extension option of 1 year.

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: Occupational Health Services

Lot No

7

two.2.2) Additional CPV code(s)

  • 71317200 - Health and safety services
  • 85100000 - Health services
  • 85147000 - Company health services

two.2.3) Place of performance

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

M50 2UW

two.2.4) Description of the procurement

Further details can be found in the Specification.

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

Yes

Description of renewals

The framework will run for 3 years, with an extension option of 1 year.

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 8: Operational Outsourcing of Services

Lot No

8

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 71900000 - Laboratory services
  • 85100000 - Health services
  • 38544000 - Drug detection apparatus

two.2.3) Place of performance

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

M50 2UW

two.2.4) Description of the procurement

Further details can be found in the Specification.

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

Yes

Description of renewals

The framework will run for 3 years, with an extension option of 1 year.

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 9: Family Law Services

Lot No

9

two.2.2) Additional CPV code(s)

  • 71900000 - Laboratory services
  • 85100000 - Health services
  • 85300000 - Social work and related services
  • 75242000 - Public law and order services
  • 38544000 - Drug detection apparatus

two.2.3) Place of performance

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

M50 2UW

two.2.4) Description of the procurement

I.e. DNA Testing etc. Further details can be found in the Specification.

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

Yes

Description of renewals

The framework will run for 3 years, with an extension option of 1 year.

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

Selection criteria as stated in the procurement documents.

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

Selection criteria as stated in the procurement documents


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

Envisaged maximum number of participants to the framework agreement: 30

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

25 October 2021

Local time

12:00pm

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

Tender must be valid until: 11 December 2021

four.2.7) Conditions for opening of tenders

Date

25 October 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The duration referenced in Section II.2.7) is for the placing of orders.

The value provided in Section II.1.5) is only an estimate. We cannot guarantee to successful

suppliers any business through this framework agreement. Spend and volumes may vary

throughout the life of the framework agreement from the anticipated levels given in this

notice.

The framework will be for the benefit, and on behalf, of public sector bodies, details of such

bodies can be accessed at: https://www.sbs.nhs.uk/proc-framework-agreements-support

In addition, if provided for in the contract documents, NHS SBS may extend the scope and

benefit of the framework agreement to private sector bodies, subject to the approval of NHS

SBS.

Whilst NHS SBS is not required by procurement legislation to do so, it has extended the

principles of public procurement rules to provide its private sector customers with the best

value and open and transparent procurement procedures.

The envisaged maximum number of participants to the framework agreement, stated in

IV.1.3) is an estimate and is subject to change.

six.4) Procedures for review

six.4.1) Review body

NHS Shared Business Services

Halyard Court, 31 Broadway, The Quays

Salford

M50 2UW

Email

nsbs.health@nhs.net

Telephone

+44 7933389868

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

NHS Shared Business Services

Halyard Court, 31 Broadway, The Quays

Salford

M50 2UW

Email

nsbs.health@nhs.net

Telephone

+44 7933389868

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

NHS Shared Business Services

Halyard Court, 31 Broadway, The Quays

Salford

M50 2UW

Email

nsbs.health@nhs.net

Telephone

+44 7933389868

Country

United Kingdom