Award

Thermo Fisher - Supply of Covid-19 Test Kits

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 1 release in its history.

Award

18 May 2020 at 11:22

Summary of the contracting process

The procurement process involves the Department of Health and Social Care, which has issued a tender for the title "Thermo Fisher - Supply of Covid-19 Test Kits" in response to the ongoing public health emergency due to COVID-19. This process falls under the medical consumables industry category and was conducted in England. The procurement method used was a limited procedure, specifically a negotiated procedure without prior publication, reflecting the urgency of the situation. The tender period concluded on 6 April 2020, with an awarded contract value of £1,159,200.

This tender presents significant opportunities for businesses involved in medical supplies, particularly those specialising in diagnostic products. Companies that can rapidly scale production and meet strict quality standards will be well-positioned to compete in this high-stakes environment. Additionally, businesses that can navigate the regulatory landscape and establish quick distribution channels for test kits are likely to thrive, especially given the urgent demand for COVID-19 testing solutions across various regions.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Thermo Fisher - Supply of Covid-19 Test Kits

Notice Description

The Government must protect the health and well-being of UK citizens. The COVID-19 outbreak is a Public Health Emergency of International Concern (PHEIC) as declared by the World Health Organisation on 30 Jan 2020. The WHO Director General characterised COVID-19 as a pandemic on 11 Mar 2020. A key element of ensuring an effective response to the pandemic is ensuring that there are adequate volumes of testing. This is why on 27 March 2020, the Government announced major plans to rapidly expand the volume of COVID-19 testing. A key element of these plans is testing of Key Workers in the first instance before rolling out more widely. This represents Pillar 1 and Pillar 2 of the Testing Strategy communicated and implemented by the Government. COVID-19 is serious and its consequences pose a risk to life. Cabinet Office published PPN 01/20: Responding to COVID-19 on procuring with extreme urgency which states that contracting authorities may enter into contracts without competing or advertising the requirement where certain tests are met, as follows: 1) There are genuine reasons for extreme urgency as there is a significant public health risk requiring immediate action as a result of COVID-19. 2) The COVID-19 outbreak and its consequences are unprecedented and the Contracting Authority could not have reasonably foreseen either of these. 3) It is not possible to comply with the timescales of another procedure due to the urgent requirement to obtain the testing kits and associated services being contracted for. It is imperative that testing is quickly and securely mobilised and for the service to be provided on a nationwide scale for Key Workers rapidly. 4) The COVID 19 pandemic and its consequences are not attributable to the Contracting Authority.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-cc55f567-a9c4-4ba3-adc3-7d2a66204709
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/0b070a25-ffc6-49c4-b3a9-b8fcc10b4da6
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Limited
Procurement Method Details
Negotiated procedure without prior publication (above threshold)
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33140000 - Medical consumables

Notice Value(s)

Tender Value
£1,159,200 £1M-£10M
Lots Value
Not specified
Awards Value
£1,159,200 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
18 May 20205 years ago
Submission Deadline
6 Apr 2020Expired
Future Notice Date
Not specified
Award Date
5 Apr 20205 years ago
Contract Period
5 Apr 2020 - 6 Apr 2020 24 hours
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF HEALTH AND SOCIAL CARE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LEEDS
Postcode
LS2 7UE
Post Town
Leeds
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE42 Leeds
Delivery Location
Not specified

Local Authority
Leeds
Electoral Ward
Little London & Woodhouse
Westminster Constituency
Leeds Central and Headingley

Supplier Information

Number of Suppliers
1
Supplier Name

THERMO FISHER DIAGNOSTICS

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-cc55f567-a9c4-4ba3-adc3-7d2a66204709-2020-05-18T12:22:50+01:00",
    "date": "2020-05-18T12:22:50+01:00",
    "ocid": "ocds-b5fd17-cc55f567-a9c4-4ba3-adc3-7d2a66204709",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_237869/856191",
        "title": "Thermo Fisher - Supply of Covid-19 Test Kits",
        "description": "The Government must protect the health and well-being of UK citizens. The COVID-19 outbreak is a Public Health Emergency of International Concern (PHEIC) as declared by the World Health Organisation on 30 Jan 2020. The WHO Director General characterised COVID-19 as a pandemic on 11 Mar 2020. A key element of ensuring an effective response to the pandemic is ensuring that there are adequate volumes of testing. This is why on 27 March 2020, the Government announced major plans to rapidly expand the volume of COVID-19 testing. A key element of these plans is testing of Key Workers in the first instance before rolling out more widely. This represents Pillar 1 and Pillar 2 of the Testing Strategy communicated and implemented by the Government. COVID-19 is serious and its consequences pose a risk to life. Cabinet Office published PPN 01/20: Responding to COVID-19 on procuring with extreme urgency which states that contracting authorities may enter into contracts without competing or advertising the requirement where certain tests are met, as follows: 1) There are genuine reasons for extreme urgency as there is a significant public health risk requiring immediate action as a result of COVID-19. 2) The COVID-19 outbreak and its consequences are unprecedented and the Contracting Authority could not have reasonably foreseen either of these. 3) It is not possible to comply with the timescales of another procedure due to the urgent requirement to obtain the testing kits and associated services being contracted for. It is imperative that testing is quickly and securely mobilised and for the service to be provided on a nationwide scale for Key Workers rapidly. 4) The COVID 19 pandemic and its consequences are not attributable to the Contracting Authority.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "33140000",
            "description": "Medical consumables"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 1159200,
            "currency": "GBP"
        },
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated procedure without prior publication (above threshold)",
        "tenderPeriod": {
            "endDate": "2020-04-06T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2020-04-06T00:00:00+01:00",
            "endDate": "2020-04-06T23:59:59+01:00"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "goods"
    },
    "parties": [
        {
            "id": "GB-CFS-108616",
            "name": "Department of Health and Social Care",
            "identifier": {
                "legalName": "Department of Health and Social Care"
            },
            "address": {
                "streetAddress": "Quarry House",
                "locality": "Leeds",
                "postalCode": "LS2 7UE",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "procurement.operations@dhsc.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-143857",
            "name": "Thermo Fisher Diagnostics Limited",
            "identifier": {
                "legalName": "Thermo Fisher Diagnostics Limited"
            },
            "address": {
                "streetAddress": "Wade Road, Basingstoke, Hampshire, RG2 8PW"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-108616",
        "name": "Department of Health and Social Care"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-cc55f567-a9c4-4ba3-adc3-7d2a66204709-1",
            "status": "active",
            "date": "2020-04-06T00:00:00+01:00",
            "datePublished": "2020-05-18T12:22:50+01:00",
            "value": {
                "amount": 1159200,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-143857",
                    "name": "Thermo Fisher Diagnostics Limited"
                }
            ],
            "contractPeriod": {
                "startDate": "2020-04-06T00:00:00+01:00",
                "endDate": "2020-04-06T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/0b070a25-ffc6-49c4-b3a9-b8fcc10b4da6",
                    "datePublished": "2020-05-18T12:22:50+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}