Award

Life Technologies - Supply of Covid-19 Consumables

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 1 release in its history.

Award

02 Jun 2020 at 12:53

Summary of the contracting process

The procurement process titled "Life Technologies - Supply of Covid-19 Consumables" was initiated by the Department of Health and Social Care, focusing on the healthcare industry. The contract was completed on 4 April 2020, with an awarded value of £1,746,831.40. This procurement was undertaken using a limited method, specifically a negotiated procedure without prior publication, due to the urgent need to supply medical consumables related to the COVID-19 pandemic. Key information includes the contract's active award status, with publication details available from 2 June 2020.

This tender presents significant opportunities for businesses involved in the production and supply of medical consumables, particularly in response to public health emergencies. Companies specialising in healthcare products, especially those capable of delivering testing kits and associated services quickly and efficiently, would be well-positioned to compete for similar contracts in the future. The demand for reliable supply chains in the health sector during such crises necessitates a high capacity for emergency responsiveness, making this a crucial area for growth for potential suppliers.

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

Life Technologies - Supply of Covid-19 Consumables

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 sufficient NHS key workers available to deliver frontline NHS services. Public Health England guidance (based on expert medical opinion) states that if an individual has COVID-19 they must self-isolate for seven days; or if a member of their household has COVID-19 they must self-isolate for fourteen days. In practice, these rules mean that on a day-to-day basis, many frontline staff, including in the NHS and carers, are unable to work due to needing to self-isolate - despite the possibility that they are not infected with COVID-19. This is why on 27 March 2020, the Government announced major plans to rapidly expand the volume of COVID-19 testing available for NHS and other Key Workers outside of the NHS system - with the aim of getting as many non-infected staff back to work as soon as they are able. A key element of these plans is testing of Key Workers in the first instance before rolling out more widely. This represents 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. Additional information: Central procurement to support Covid-19 laboratory testing across key NHS, Public Health England and recently commissioned "Lighthouse Lab" facilities.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-f113f68d-a6ff-44f7-b94b-bb4176cceb15
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/945116ad-a32f-4db0-afd2-3f38bc87f254
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
£64,622,208 £10M-£100M
Lots Value
Not specified
Awards Value
£1,746,831 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
2 Jun 20205 years ago
Submission Deadline
4 Apr 2020Expired
Future Notice Date
Not specified
Award Date
3 Apr 20205 years ago
Contract Period
3 Apr 2020 - 4 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
LONDON
Postcode
SW1H 0EU
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

LIFE TECHNOLOGIES

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-f113f68d-a6ff-44f7-b94b-bb4176cceb15-2020-06-02T13:53:48+01:00",
    "date": "2020-06-02T13:53:48+01:00",
    "ocid": "ocds-b5fd17-f113f68d-a6ff-44f7-b94b-bb4176cceb15",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_237869/857257",
        "title": "Life Technologies - Supply of Covid-19 Consumables",
        "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 sufficient NHS key workers available to deliver frontline NHS services. Public Health England guidance (based on expert medical opinion) states that if an individual has COVID-19 they must self-isolate for seven days; or if a member of their household has COVID-19 they must self-isolate for fourteen days. In practice, these rules mean that on a day-to-day basis, many frontline staff, including in the NHS and carers, are unable to work due to needing to self-isolate - despite the possibility that they are not infected with COVID-19. This is why on 27 March 2020, the Government announced major plans to rapidly expand the volume of COVID-19 testing available for NHS and other Key Workers outside of the NHS system - with the aim of getting as many non-infected staff back to work as soon as they are able. A key element of these plans is testing of Key Workers in the first instance before rolling out more widely. This represents 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. Additional information: Central procurement to support Covid-19 laboratory testing across key NHS, Public Health England and recently commissioned \"Lighthouse Lab\" facilities.",
        "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": 64622208,
            "currency": "GBP"
        },
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated procedure without prior publication (above threshold)",
        "tenderPeriod": {
            "endDate": "2020-04-04T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2020-04-04T00:00:00+01:00",
            "endDate": "2020-04-04T23:59:59+01:00"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "goods"
    },
    "parties": [
        {
            "id": "GB-CFS-144180",
            "name": "Department of Health and Social Care",
            "identifier": {
                "legalName": "Department of Health and Social Care"
            },
            "address": {
                "streetAddress": "Department of Health, 39 Victoria Street",
                "locality": "London",
                "postalCode": "SW1H 0EU",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "procurement.operations@dhsc.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-144766",
            "name": "Life Technologies Ltd",
            "identifier": {
                "legalName": "Life Technologies Ltd"
            },
            "address": {
                "streetAddress": "3 FOUNTAIN DRIVE, INCHINNAN BUSINESS PARK, PAISLEY, RENFREWSHIRE PA4 9RF"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-144180",
        "name": "Department of Health and Social Care"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-f113f68d-a6ff-44f7-b94b-bb4176cceb15-1",
            "status": "active",
            "date": "2020-04-04T00:00:00+01:00",
            "datePublished": "2020-06-02T13:53:48+01:00",
            "value": {
                "amount": 1746831.4,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-144766",
                    "name": "Life Technologies Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2020-04-04T00:00:00+01:00",
                "endDate": "2020-04-04T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/945116ad-a32f-4db0-afd2-3f38bc87f254",
                    "datePublished": "2020-06-02T13:53:48+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}