Notice Information
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.
Notice Details
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
Buyer & Supplier
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
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-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"
}