Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}