Award

SARS-CoV-2 Antigen Rapid Qualitative Test Kits

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 1 release in its history.

Award

15 Feb 2021 at 17:31

Summary of the contracting process

The Department of Health and Social Care (DHSC) is conducting a procurement process for SARS-CoV-2 Antigen Rapid Qualitative Test Kits. This contract, categorised under diagnostic supplies within the goods industry, is pivotal to the UK's COVID-19 testing strategy. The procurement stage is at the award phase, and the contract, with a total value of £727,614,409, was signed on 15 January 2021, subsequent to a variation on 10 February 2021 to increase the product volume. As the DHSC utilised an accelerated procedure due to extreme urgency, the tests are expected to be delivered across the UK to enhance mass testing efforts. The procurement method followed is a limited award procedure without prior publication of a call for competition, relying on Regulation 72(5) of the Public Contracts Regulations 2015.

This procurement presents significant opportunities for businesses involved in the healthcare and diagnostic equipment sectors, particularly those that can supply rapid testing kits and consumables. Firms capable of meeting urgent demands and possessing the necessary certifications could greatly benefit from participating in future tenders, especially as public health needs continue to evolve. Given the current emphasis on COVID-19 solutions, businesses that can offer innovative, compliant, and scalable solutions for mass testing are well-positioned to compete in this critical market space.

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

SARS-CoV-2 Antigen Rapid Qualitative Test Kits

Notice Description

Contract for Lateral Flow kits and consumables

Procurement Information

Negotiated procedure without prior publication1. 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. The provision of test kits is critical to this response. 3. 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: As set out above, the Government has made clear the importance of mass testing using LFD devices, with a clear impact on the economy and saving lives. DHSC has used modelling to calculate the volume requirements procured under this contract. The volume procured under this contract is the minimum necessary within the period until it is possible to acquire kits from a supplier under the procurement exercise currently being conducted. B. There are genuine reasons for extreme urgency: The substantial increase in cases with multiple new variants resulting in a third national lockdown has led to an increased urgent requirement for mass testing. DHSC case modelling clearly shows that there will be a significant gap in the availability of tests before the tests supplied through the procurement exercise are available for use. DHSC also understands that any delay to placing an order may result in available capacity being taken by other customers, resulting in a significant delay before tests are delivered. Both these factors will impact the government's mass testing strategy. C. The events that have led to the need for extreme urgency were unforeseeable: The substantial increase in Covid-19 cases, the new variants, and the requirement for a new national lockdown were not foreseeable by DHSC.D. It is impossible to comply with the usual timescales in the PCR: It is not possible to comply with the timescales associated with another procedure due to the urgent requirement to ensure the volume of tests available increases with the necessary demand. 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-029353
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003052-2021
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
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33124130 - Diagnostic supplies

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£727,614,409 £100M-£1B

Notice Dates

Publication Date
15 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

INNOVA MEDICAL GROUP

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-029353-2021-02-15T17:31:39Z",
    "date": "2021-02-15T17:31:39Z",
    "ocid": "ocds-h6vhtk-029353",
    "description": "INNOVA are providing Lateral flow test kits to support the UK Covid-19 testing strategy and to enable mass testing for C-19 through rapid testing The Contract was originally awarded for tests in packs of 3, 7 and 25 with a contract value of PS727,600,010. The results of the accelerated procurement procedure did not provide DHSC with a supply of MHRA approved LFD tests for self-use. In addition, there is a need to increase capacity of asymptomatic LFD based testing across the country. Therefore, in order to meet this demand, the contract was varied on 10 February 2021 to increase the volume of tests provided in the 7 pack size. DHSC is relying on Regulation 72(5) of the Public Contracts Regulations 2015 for this amendment. The variation increased the overall value of the contract by PS14,399.20, which is below the relevant financial threshold for public supplies contract and within 10% of the initial contract value. The variation did not alter the overall scope of the contract, and did not therefore alter the overall nature of the contract.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-029353",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "SARS-CoV-2 Antigen Rapid Qualitative Test Kits",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "33124130",
            "description": "Diagnostic supplies"
        },
        "mainProcurementCategory": "goods",
        "description": "Contract for Lateral Flow kits and consumables",
        "lots": [
            {
                "id": "1",
                "description": "Contract for Lateral Flow kits and consumables",
                "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": "Negotiated procedure without prior publication1. 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. The provision of test kits is critical to this response. 3. 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: As set out above, the Government has made clear the importance of mass testing using LFD devices, with a clear impact on the economy and saving lives. DHSC has used modelling to calculate the volume requirements procured under this contract. The volume procured under this contract is the minimum necessary within the period until it is possible to acquire kits from a supplier under the procurement exercise currently being conducted. B. There are genuine reasons for extreme urgency: The substantial increase in cases with multiple new variants resulting in a third national lockdown has led to an increased urgent requirement for mass testing. DHSC case modelling clearly shows that there will be a significant gap in the availability of tests before the tests supplied through the procurement exercise are available for use. DHSC also understands that any delay to placing an order may result in available capacity being taken by other customers, resulting in a significant delay before tests are delivered. Both these factors will impact the government's mass testing strategy. C. The events that have led to the need for extreme urgency were unforeseeable: The substantial increase in Covid-19 cases, the new variants, and the requirement for a new national lockdown were not foreseeable by DHSC.D. It is impossible to comply with the usual timescales in the PCR: It is not possible to comply with the timescales associated with another procedure due to the urgent requirement to ensure the volume of tests available increases with the necessary demand. 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": "003052-2021-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-5777",
                    "name": "INNOVA MEDICAL GROUP INC"
                }
            ]
        }
    ],
    "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-5777",
            "name": "INNOVA MEDICAL GROUP INC",
            "identifier": {
                "legalName": "INNOVA MEDICAL GROUP INC"
            },
            "address": {
                "streetAddress": "718 S. Primrose Ave, Monrovia,",
                "locality": "Monrovia",
                "region": "00",
                "postalCode": "91016",
                "countryName": "United States"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "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": "003052-2021-1",
            "awardID": "003052-2021-1",
            "status": "active",
            "value": {
                "amount": 727614409,
                "currency": "GBP"
            },
            "dateSigned": "2021-01-15T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}