Section one: Contracting authority
one.1) Name and addresses
Secretary of State for Health and Social Care acting as part of the Crown through UK Health Security Agency
Nobel House, 17 Smith Square
London
SW1P 3JR
Contact
Shemunatsi Madziba
Shemunatsi.Madziba@dhsc.gov.uk
Telephone
+44 2079721599
Country
United Kingdom
NUTS code
UKI32 - Westminster
Internet address(es)
Main address
https://www.gov.uk/government/organisations/uk-health-security-agency
Buyer's address
https://www.gov.uk/government/organisations/uk-health-security-agency
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
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Covid-19 National Testing Programme: Genomics Quality and Innovation Framework Agreement
two.1.2) Main CPV code
- 73111000 - Research laboratory services
two.1.3) Type of contract
Services
two.1.4) Short description
UKHSA seeks to establish a Quality and Innovation Framework agreement for pathogen genomics projects. The Framework will provide research and diagnostic laboratories the opportunity to set out the genomic sequencing and data analysis services that they are able to offer to the UKHSA SARS-COV-2 and pathogen genomics programme.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73111000 - Research laboratory services
- 71900000 - Laboratory services
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
two.2.4) Description of the procurement
UKHSA seeks to establish a Quality and Innovation Framework agreement for pathogen genomics projects. The Framework is to be established under Regulation 14 of the Public Contract Regulations 2015. Although this procurement is exempt under Regulation 14, UKHSA will run the procurement process equivalent to the Open Procedure.
The Framework seeks to provide research and diagnostic laboratories the opportunity to assist the Authority through work packages in optimising the delivery of Pathogen Genomics activity across its lab networks and supporting activities. The generic requirements to be covered under the framework will include but are not limited to research and development, experimentation, and study for the examination of specimens/samples/sample extracts and the development of methods for pathogen genomic sequencing and data analysis.
Interested providers shall have suitable prior experience which includes:
- pathogen sample-to-result sequencing
- data analysis for pathogens
- whole genome sequencing
-sequencing data analysis and pipeline development.
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: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 February 2022
End date
31 January 2023
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework agreement will have two optional extensions of one year each as follows:
01/02/2023 - 31/01/2024
01/02/2024 - 31/01/2025
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
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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 January 2022
Local time
10:00am
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 January 2022
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court and Court of Appeal of England and Wales
Strand
London
WC2A 2LL
InternationalRelationsJudicialOffice@judiciary.uk
Country
United Kingdom