Award

Contract for reimbursement of manufacturing costs with option to purchase goods

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 1 release in its history.

Award

11 Jan 2021 at 16:24

Summary of the contracting process

The Department of Health and Social Care (DHSC) has completed a tender for the contract titled "Contract for reimbursement of manufacturing costs with option to purchase goods," primarily focused on the manufacture of Lateral Flow Antigen tests for Sars-Covid-2. This procurement falls under the goods category and is classified under diagnostic kits (CPV code: 33141625). The procurement process was carried out using a limited method, which allowed for an award without prior publication due to the extreme urgency stemming from the COVID-19 pandemic. The contract was signed on 3 December 2020, with a total value of £6,000,000, and involved delivery within the UK.

This tender represents a significant opportunity for businesses involved in the healthcare or diagnostic manufacturing sectors, especially those specialising in quick-response testing solutions. With the urgency and necessity for rapid testing capabilities, companies that can efficiently produce or supply diagnostic kits are well-positioned to compete. Such businesses may range from small and medium enterprises (SMEs) to larger firms with established manufacturing capabilities that can respond quickly to fluctuating supply demands in a competitive market environment.

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

Contract for reimbursement of manufacturing costs with option to purchase goods

Notice Description

Manufacture of Lateral Flow Antigen tests for Sars-Covid-2, with the option to purchase further tests.

Lot Information

Lot 1

Manufacture of Lateral Flow Antigen tests for Sars-Covid-2, with the option to purchase further tests.

Procurement Information

1. The COVID-19 outbreak is a Public Health Emergency of International Concern as declared by the World Health Organisation on 30 January 2020. The WHO Director General characterised COVID-19 as a pandemic on 11 March 2020.2. A key element of ensuring an effective response to the pandemic is ensuring that there is adequate testing. Therefore, ensuring surge LFT capacity, including sufficient availability of Lateral Flow Tests, is critical. 3. Mass testing of the UK Population is a key step in bringing the Pandemic under control. (Lateral Flow Tests produce quicker results than the current PCR (Polymerase Chain Reaction) test, and do not require a lab processing step.) LFT tests have only recently become viable as a means of testing, with multiple tests being progressed through to certification and approval. This was unforeseen by the DHSC and outside its control.4. Market analysis data demonstrates that the global market for LTF is volatile and highly competitive. Global manufacturing capability is limited to circa 120m units per day. Demand often outstrips supply. DHSC requirement is driven by the progress of the pandemic (including emerging variants), the changing efficacy of available LTF products and the severity of the second wave/national R-number. Evolving clinical field experience, changes to treatment and testing strategy, supply market volatility and disruption has led to urgency in securing capability at volume. Market engagement identified SureScreen as being capable to manufacture the volumes within the required deadline, having availability of materials and test validation status.5. DHSC is satisfied the tests permitting use of the Negotiated procedure without prior publication (Regulation 32(2)(c)) are met:A. As far as is strictly necessary: The surge LFT capacity was identified as strictly necessary to meet the demand to scale up the testing programme in the UK.B. There are genuine reasons for extreme urgency: It is responding to COVID-19 immediately because of public health risks presenting a genuine emergency.C. The events that have led to the need for extreme urgency were unforeseeable: The Commission itself confirmed: "The current coronavirus crisis presents an extreme and unforeseeable urgency - precisely for such a situation our European rules enable public buyers to buy within a matter of days, even hours, if necessary." (Commissioner Breton, Internal Market, 01.04.2020).D. It is impossible to comply with the usual timescales in the PCR: It is not possible to comply with the timescales of another procedure due to the urgent requirement to ensure effective surge capacity.E. The situation is not attributable to the contracting authority - DHSC has not done anything to cause or contribute to the need for extreme urgency"

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02895e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000522-2021
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33141625 - Diagnostic kits

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£6,000,000 £1M-£10M

Notice Dates

Publication Date
11 Jan 20215 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
3 Dec 20205 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF HEALTH AND SOCIAL CARE
Contact Name
Not specified
Contact Email
procurement.operations@dhsc.gov.uk
Contact Phone
Not specified

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

SURESCREEN DIAGNOSTICS

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-h6vhtk-02895e-2021-01-11T16:24:54Z",
    "date": "2021-01-11T16:24:54Z",
    "ocid": "ocds-h6vhtk-02895e",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02895e",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Contract for reimbursement of manufacturing costs with option to purchase goods",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "33141625",
            "description": "Diagnostic kits"
        },
        "mainProcurementCategory": "goods",
        "description": "Manufacture of Lateral Flow Antigen tests for Sars-Covid-2, with the option to purchase further tests.",
        "lots": [
            {
                "id": "1",
                "description": "Manufacture of Lateral Flow Antigen tests for Sars-Covid-2, with the option to purchase further tests.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_EXTREME_URGENCY",
                "description": "Extreme urgency brought about by events unforeseeable for the contracting authority/entity and in accordance with the strict conditions stated in the directive"
            }
        ],
        "procurementMethodRationale": "1. The COVID-19 outbreak is a Public Health Emergency of International Concern as declared by the World Health Organisation on 30 January 2020. The WHO Director General characterised COVID-19 as a pandemic on 11 March 2020.2. A key element of ensuring an effective response to the pandemic is ensuring that there is adequate testing. Therefore, ensuring surge LFT capacity, including sufficient availability of Lateral Flow Tests, is critical. 3. Mass testing of the UK Population is a key step in bringing the Pandemic under control. (Lateral Flow Tests produce quicker results than the current PCR (Polymerase Chain Reaction) test, and do not require a lab processing step.) LFT tests have only recently become viable as a means of testing, with multiple tests being progressed through to certification and approval. This was unforeseen by the DHSC and outside its control.4. Market analysis data demonstrates that the global market for LTF is volatile and highly competitive. Global manufacturing capability is limited to circa 120m units per day. Demand often outstrips supply. DHSC requirement is driven by the progress of the pandemic (including emerging variants), the changing efficacy of available LTF products and the severity of the second wave/national R-number. Evolving clinical field experience, changes to treatment and testing strategy, supply market volatility and disruption has led to urgency in securing capability at volume. Market engagement identified SureScreen as being capable to manufacture the volumes within the required deadline, having availability of materials and test validation status.5. DHSC is satisfied the tests permitting use of the Negotiated procedure without prior publication (Regulation 32(2)(c)) are met:A. As far as is strictly necessary: The surge LFT capacity was identified as strictly necessary to meet the demand to scale up the testing programme in the UK.B. There are genuine reasons for extreme urgency: It is responding to COVID-19 immediately because of public health risks presenting a genuine emergency.C. The events that have led to the need for extreme urgency were unforeseeable: The Commission itself confirmed: \"The current coronavirus crisis presents an extreme and unforeseeable urgency - precisely for such a situation our European rules enable public buyers to buy within a matter of days, even hours, if necessary.\" (Commissioner Breton, Internal Market, 01.04.2020).D. It is impossible to comply with the usual timescales in the PCR: It is not possible to comply with the timescales of another procedure due to the urgent requirement to ensure effective surge capacity.E. The situation is not attributable to the contracting authority - DHSC has not done anything to cause or contribute to the need for extreme urgency\""
    },
    "awards": [
        {
            "id": "000522-2021-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-1172",
                    "name": "SureScreen Diagnostics Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-43",
            "name": "Department of Health and Social Care",
            "identifier": {
                "legalName": "Department of Health and Social Care"
            },
            "address": {
                "streetAddress": "39 Victoria Street",
                "locality": "London",
                "region": "UKI32",
                "postalCode": "SW1H 0EU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Procurement.Operations@dhsc.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
                "buyerProfile": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1172",
            "name": "SureScreen Diagnostics Ltd",
            "identifier": {
                "legalName": "SureScreen Diagnostics Ltd",
                "id": "03235601"
            },
            "address": {
                "streetAddress": "1 Prime Parkway,",
                "locality": "Derby, Derbyshire,",
                "region": "UK",
                "postalCode": "DE1 3QB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-497",
            "name": "The High Court",
            "identifier": {
                "legalName": "The High Court"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/courts-tribunals"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-43",
        "name": "Department of Health and Social Care"
    },
    "contracts": [
        {
            "id": "000522-2021-1",
            "awardID": "000522-2021-1",
            "status": "active",
            "value": {
                "amount": 6000000,
                "currency": "GBP"
            },
            "dateSigned": "2020-12-03T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}