Opportunity

Covid-19 National Testing Programme: Genomics Quality and Innovation Framework Agreement

  • Secretary of State for Health and Social Care acting as part of the Crown through UK Health Security Agency

F02: Contract notice

Notice reference: 2021/S 000-031624

Published 17 December 2021, 2:31pm



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

Email

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

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

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

Email

InternationalRelationsJudicialOffice@judiciary.uk

Country

United Kingdom

Internet address

https://www.judiciary.uk/