Section one: Contracting authority
one.1) Name and addresses
Department of Health and Social Care
39 Victoria Street
London
SW1H 0EU
Contact
Julia Estruga
Telephone
+44 1132045540
Country
United Kingdom
Region 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.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
Improving Resilience - Stem Cell Registry
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The appointed supplier would need to provide services that include recruit donors, take necessary samples for genotyping, conduct laboratory analysis and genotyping and add the genotyped donors to the aligned UK Stem Cell Registry
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £750,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85140000 - Miscellaneous health services
- 85140000 - Miscellaneous health services
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
two.2.4) Description of the procurement
The Department of Health and Social Care is looking to appoint a competent supplier for the delivery of two main outcomes
a) Increase the number of UK donors providing stem cell transplants for UK patients to improve resilience and sustainability of the UK stem cell supply
b) Increase the diversity of the donor pool to reduce health inequalities facing ethnic minority patients.
The appointed supplier would therefore need to provide services that include recruit donors, take necessary samples for genotyping, conduct laboratory analysis and genotyping and add the genotyped donors to the aligned UK Stem Cell Registry.
Intended contract term: 2 years and 3 months (1st January 2023 to 31 March 2025) with the option to extend for a further period or periods of 12 months.
Contract value (including extensions): £750,000 exclusive of VAT, £900,000 inclusive of VAT.
The deadline to submit the questionnaire: no later than 17th October 2022, 12:00:00 GMT.
This Tender process will be issued by in accordance with the Public Contract Regulations 2015 as amended by the Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 (“the Regulations) Schedule 3 (“Light Touch”) services. This Procurement Exercise will therefore be run in accordance with ‘the Regulations’ as they apply to “light touch” services.
While the Authority is following a process broadly corresponding to an Open Procedure under ‘the Regulations’ neither that fact nor any other statements, acts or omissions of the Authority in connection with this Procurement Exercise should be taken as indicating that the Authority intends to be bound by the provisions of the ‘Regulations’ or the general principles to any greater extent than applies by law to the Light Touch Regime.
The opportunity will be available on the DHSC Atamis eTendering System. Select this link to access and register your organisation to the Atamis system https://health-family.force.com/s/Welcome, if you have not already done so.
To find this opportunity in the eTendering system, select “Find Opportunities” and then search by project number or title. Once you have found the Opportunity, press the ‘Register Interest’ button to register your interest. This will make the project to appear on ‘My proposals and quotes’. From there you can review documents, send clarification messages, submit the response, or decline to respond,
two.2.5) Award criteria
Quality criterion - Name: Various Technical Criteria / Weighting: 70
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 20
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
Redacted contract has been published on: https://www.contractsfinder.service.gov.uk/Notice/b0a02869-16b3-4ae9-9661-2b8f1b3db8b0
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-022025
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 November 2022
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Anthony Nolan
2 Heathgate Place, 75-87 Agincourt Road
London
NW3 2NU
Country
United Kingdom
NUTS code
- UKI7 - Outer London – West and North West
National registration number
02379280
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £750,000
Lowest offer: £750,000 / Highest offer: £750,000 taken into consideration
Section six. Complementary information
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