Tender

Consumables Reagents and Equipment DPS

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 2 releases in its history.

TenderUpdate

19 Mar 2021 at 16:56

Tender

08 Mar 2021 at 15:24

Summary of the contracting process

The Department of Health and Social Care is currently overseeing a Dynamic Purchasing System (DPS) for "Consumables Reagents and Equipment", classified under medical equipment, pharmaceuticals, and personal care products. The procurement, valued at £4 billion, is at the tender stage and aims to support the Test and Trace programme and other health departments. Suppliers can submit their bids until 8 April 2021, with potential call-off contracts covering a wide range of lots, including consumables, reagents, equipment, and maintenance services.

This tender presents significant opportunities for businesses in the medical supplies and diagnostics sector, particularly those providing laboratory equipment, pharmaceutical products, and ancillary services. Companies with the capability to deliver high-quality goods and services that support health initiatives and comply with regulatory standards would be well-suited to compete in this process. The open nature of the DPS allows a diverse range of suppliers to participate and access various opportunities as the procurement progresses.

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

Consumables Reagents and Equipment DPS

Notice Description

The DPS Agreement will provide the Authority with the opportunity to procure the Goods and/or Services and such other ancillary goods and/or services as covered by the CPV codes in the Contract Notice from various Suppliers to support the Authority's Test and Trace programme and other departments or Executive Agencies of the Department of Health and Social Care incl. PHE and NIHP. This DPS Agreement is a new offering from the Authority and is intended to work in parallel with existing and newly established frameworks. As COVID-19 develops, the Authority is ensuring it has compliant procurement models in place to access the widest and most appropriate technologies and products. Our aim is to continually access products as they come to market to ensure the best testing services are offered to the public. Suppliers can bid for any or all of the Lots: The indicative Goods and Services have been set out below in order to demonstrate the scope of the DPS and are not exhaustive.

Lot Information

Lot 1

NHS Test & Trace, part of the Department for Health and Social Care (the Authority) is seeking to establish a DPS for the provision of Consumables, Reagents, Equipment and Ancillary Services.The DPS Agreement will be managed by the Authority and any Call-Off Contract(s) awarded under the DPS Agreement will be managed by the Authority, unless otherwise stated at the point of any Call-Off. The DPS will be split into 5 lotsLot 1 - ConsumablesLot 2 - ReagentsLot 3 - EquipmentLot 4 - Diagnostic Equipment (including analytical equipment, ancillaries etc)Lot 5 - Equipment Support and Maintenance Services. Additional information: Further information can be found by logging into www.atamis.co.uk/salesforce.

Renewal: With a possible further 12 month extension.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02997f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005669-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Dynamic
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

24 - Chemical products

33 - Medical equipments, pharmaceuticals and personal care products

38 - Laboratory, optical and precision equipments (excl. glasses)

50 - Repair and maintenance services


CPV Codes

24000000 - Chemical products

33000000 - Medical equipments, pharmaceuticals and personal care products

33124100 - Diagnostic devices

33124110 - Diagnostic systems

33124130 - Diagnostic supplies

33695000 - All other non-therapeutic products

33696000 - Reagents and contrast media

33696200 - Blood-testing reagents

33698000 - Clinical products

38000000 - Laboratory, optical and precision equipments (excl. glasses)

38434000 - Analysers

38437000 - Laboratory pipettes and accessories

50400000 - Repair and maintenance services of medical and precision equipment

Notice Value(s)

Tender Value
£4,000,000,000 £1B-£10B
Lots Value
£4,000,000,000 £1B-£10B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Mar 20214 years ago
Submission Deadline
8 Apr 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
DPS is open.

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF HEALTH AND SOCIAL CARE
Contact Name
Jayne Whitehead
Contact Email
credps@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

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-02997f-2021-03-19T16:56:11Z",
    "date": "2021-03-19T16:56:11Z",
    "ocid": "ocds-h6vhtk-02997f",
    "description": "Individual contracts at call-off will set out any specific requirements regarding e-ordering and e-invoicing.",
    "initiationType": "tender",
    "tender": {
        "id": "C23555",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Consumables Reagents and Equipment DPS",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "33000000",
            "description": "Medical equipments, pharmaceuticals and personal care products"
        },
        "mainProcurementCategory": "goods",
        "description": "The DPS Agreement will provide the Authority with the opportunity to procure the Goods and/or Services and such other ancillary goods and/or services as covered by the CPV codes in the Contract Notice from various Suppliers to support the Authority's Test and Trace programme and other departments or Executive Agencies of the Department of Health and Social Care incl. PHE and NIHP. This DPS Agreement is a new offering from the Authority and is intended to work in parallel with existing and newly established frameworks. As COVID-19 develops, the Authority is ensuring it has compliant procurement models in place to access the widest and most appropriate technologies and products. Our aim is to continually access products as they come to market to ensure the best testing services are offered to the public. Suppliers can bid for any or all of the Lots: The indicative Goods and Services have been set out below in order to demonstrate the scope of the DPS and are not exhaustive.",
        "value": {
            "amount": 4000000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "NHS Test & Trace, part of the Department for Health and Social Care (the Authority) is seeking to establish a DPS for the provision of Consumables, Reagents, Equipment and Ancillary Services.The DPS Agreement will be managed by the Authority and any Call-Off Contract(s) awarded under the DPS Agreement will be managed by the Authority, unless otherwise stated at the point of any Call-Off. The DPS will be split into 5 lotsLot 1 - ConsumablesLot 2 - ReagentsLot 3 - EquipmentLot 4 - Diagnostic Equipment (including analytical equipment, ancillaries etc)Lot 5 - Equipment Support and Maintenance Services. Additional information: Further information can be found by logging into www.atamis.co.uk/salesforce.",
                "value": {
                    "amount": 4000000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "With a possible further 12 month extension."
                },
                "secondStage": {
                    "minimumCandidates": 20,
                    "maximumCandidates": 120
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38437000",
                        "description": "Laboratory pipettes and accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33695000",
                        "description": "All other non-therapeutic products"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33696000",
                        "description": "Reagents and contrast media"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33124110",
                        "description": "Diagnostic systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "24000000",
                        "description": "Chemical products"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33698000",
                        "description": "Clinical products"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33696200",
                        "description": "Blood-testing reagents"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33124100",
                        "description": "Diagnostic devices"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38434000",
                        "description": "Analysers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50400000",
                        "description": "Repair and maintenance services of medical and precision equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33124130",
                        "description": "Diagnostic supplies"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "http://health.atamis.co.uk",
        "communication": {
            "atypicalToolUrl": "http://health.atamis.co.uk"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Suppliers will be expected to be able to confirm that they are not aware of any prohibition that would prevent them supplying the Goods or Services to Authority.They have the right to supply / distribute the Goods and Services to the Authority e.g legal manufacturer, licence to manufacture or authorised distributor?And where relevant, will be required if they are only applying to Lots for Services and/or sub-categories which include Goods not classed as medical devices that goods will have the necessary regulatory approvals in place before any Call Off Tender e.g CE Mark, UKCA marking or MHRA derogation. All potential suppliers will be required to meet the financial standing as set out in the documentation.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Contained within procurement documents and SQ Questionnaire. All potential suppliers will be required to meet the financial standing as set out in the documentation.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Suppliers will be selected by satisfying all required selection criteria stated in the Standard Question ( SQ including financial standing testing as noted).",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "As laid out in the procurement documents"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasDynamicPurchasingSystem": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-04-08T14:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2021-03-09T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "DPS is open."
        },
        "amendments": [
            {
                "id": "1",
                "description": "Clarification that this is a DPS with lots as clearly stated throughout the original notice text and tender documentation but not noted in the OJEU publication where is states \"is this a DPS with Lots?\" the notices reads no and should read yes"
            }
        ]
    },
    "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": {
                "name": "Jayne Whitehead",
                "email": "credps@dhsc.gov.uk",
                "url": "http://health.atamis.co.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-497",
            "name": "The High Court",
            "identifier": {
                "legalName": "The High Court"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "generaloffice@administrativecourtoffice.justice.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/courts-tribunals"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-43",
        "name": "Department of Health and Social Care"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:639078-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}