Award

Manufacture of Lateral Flow Antigen tests for SARS-CoV-2

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 1 release in its history.

Award

14 Feb 2021 at 22:30

Summary of the contracting process

The Department of Health and Social Care (DHSC) has completed a tender for the manufacture of Lateral Flow Antigen tests for SARS-CoV-2, primarily classified under diagnostic kits within the goods category. This procurement process employed a limited method, specifically an award procedure without prior publication of a call for competition, due to extreme urgency arising from the COVID-19 pandemic. The contract, signed on 15 January 2021, was valued at approximately £503,430,000 and focused on ensuring a steady supply of testing equipment crucial for managing public health during this critical time. The main delivery addresses for this procurement were located in the UK.

This procurement presents substantial business growth opportunities, especially for companies engaged in the manufacture of diagnostic medical devices or those with the capability to produce high-volume medical goods. Suppliers capable of providing rapid, scalable manufacturing solutions in response to urgent public health requirements may find themselves especially well-positioned to compete in such tenders. Given the volatile global market for Lateral Flow Tests, businesses that can demonstrate innovation and agility in their production processes would stand to benefit significantly from similar upcoming opportunities.

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

Manufacture of Lateral Flow Antigen tests for SARS-CoV-2

Notice Description

Manufacture of Lateral Flow Antigen tests for SARS-CoV-2

Lot Information

Lot 1

Manufacture of Lateral Flow Antigen tests for SARS-CoV-2. Additional information: The Value of Contract (inc. any possible extensions, exc. VAT) stated in this Contract Award Notice is not a committed value for the contract. Volumes supplied via this contract are forecast quarterly. The stated Value of Contract (inc. any possible extensions, exc. VAT) is an estimate based on projected volumes in the event that all potential contract extensions are enacted.

Procurement Information

The Value of Contract (inc. any possible extensions, exc. VAT) stated in this Contract Award Notice is not a committed value for the contract. Volumes supplied via this contract are forecast quarterly. The stated Value of Contract (inc. any possible extensions, exc. VAT) is an estimate based on projected volumes in the event that all potential contract extensions are enacted.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. DHSC's market analysis data demonstrates that the global market for LFT 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 LFT products and the severity of the second wave/national R-number. That requirement means that the UK must make substantial purchases of tests during a short manufacturing window.5. DHSC has been tasked with ensuring security of supply of a critical consumable asset (Lateral Flow Antigen tests) in a volatile and competitive global market place. This manufacturing contract pursues that mandate by guaranteeing that DHSC is able to receive a stable supply of completed lateral flow test devices manufactured by a diagnostics tests manufacturing specialist, within the urgent timeframes required by the project and VFM cost.6. A market engagement exercise for DHSC was carried out at pace due to the urgent requirement. SureScreen were selected as the only UK supplier with LFT IP approved by PHE at the time of contract signature. 7. 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-02930f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/002984-2021
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
£503,430,000 £100M-£1B

Notice Dates

Publication Date
14 Feb 20215 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
15 Jan 20215 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-02930f-2021-02-14T22:30:10Z",
    "date": "2021-02-14T22:30:10Z",
    "ocid": "ocds-h6vhtk-02930f",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02930f",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Manufacture of Lateral Flow Antigen tests for SARS-CoV-2",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "33141625",
            "description": "Diagnostic kits"
        },
        "mainProcurementCategory": "goods",
        "description": "Manufacture of Lateral Flow Antigen tests for SARS-CoV-2",
        "lots": [
            {
                "id": "1",
                "description": "Manufacture of Lateral Flow Antigen tests for SARS-CoV-2. Additional information: The Value of Contract (inc. any possible extensions, exc. VAT) stated in this Contract Award Notice is not a committed value for the contract. Volumes supplied via this contract are forecast quarterly. The stated Value of Contract (inc. any possible extensions, exc. VAT) is an estimate based on projected volumes in the event that all potential contract extensions are enacted.",
                "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": "The Value of Contract (inc. any possible extensions, exc. VAT) stated in this Contract Award Notice is not a committed value for the contract. Volumes supplied via this contract are forecast quarterly. The stated Value of Contract (inc. any possible extensions, exc. VAT) is an estimate based on projected volumes in the event that all potential contract extensions are enacted.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. DHSC's market analysis data demonstrates that the global market for LFT 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 LFT products and the severity of the second wave/national R-number. That requirement means that the UK must make substantial purchases of tests during a short manufacturing window.5. DHSC has been tasked with ensuring security of supply of a critical consumable asset (Lateral Flow Antigen tests) in a volatile and competitive global market place. This manufacturing contract pursues that mandate by guaranteeing that DHSC is able to receive a stable supply of completed lateral flow test devices manufactured by a diagnostics tests manufacturing specialist, within the urgent timeframes required by the project and VFM cost.6. A market engagement exercise for DHSC was carried out at pace due to the urgent requirement. SureScreen were selected as the only UK supplier with LFT IP approved by PHE at the time of contract signature. 7. 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": "002984-2021-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-5646",
                    "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-5646",
            "name": "SureScreen Diagnostics Ltd",
            "identifier": {
                "legalName": "SureScreen Diagnostics Ltd",
                "id": "03235601"
            },
            "address": {
                "streetAddress": "1 Prime Parkway, Derby",
                "locality": "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": "002984-2021-1",
            "awardID": "002984-2021-1",
            "status": "active",
            "value": {
                "amount": 503430000,
                "currency": "GBP"
            },
            "dateSigned": "2021-01-15T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}