Award

Reel to Reel Liquid Dispensing Equipment

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 1 release in its history.

Award

12 Mar 2021 at 16:30

Summary of the contracting process

The Department of Health and Social Care, based in London, has completed a procurement process for the 'Reel to Reel Liquid Dispensing Equipment', classified under the CPV code for Electromechanical equipment. This tender falls under the goods category and was conducted through a limited procurement method, specifically an award procedure without prior publication, due to the extreme urgency brought about by the COVID-19 pandemic. The contract, valued at £3,682,080, has been awarded to Biodot Ltd as of 27 November 2020, reflecting a rapid response to the urgent need for testing equipment necessary for public health. The procurement was initiated on 12 March 2021 and is considered key to increasing the UK’s testing capacity.

This tender presents significant business opportunities for suppliers of electromechanical equipment, particularly those specialising in manufacturing machinery for liquid dispensing, especially in the context of public health applications. Given the ongoing demand for testing related to COVID-19, businesses with expertise in producing automated dispensing systems or related technology would be well-suited to compete. As this procurement process was characterized by an urgent need and limited competition, it underlines the importance of readiness and ability to respond swiftly to governmental contracts in times of crisis.

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

Reel to Reel Liquid Dispensing Equipment

Notice Description

Reel to Reel Liquid Dispensing Equipment

Procurement Information

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. Critical steps in the manufacture of LFT tests include automated dispensing of biologically active agents onto reels of backing material and laminating - this is termed Primary Manufacture.5. Further steps required include mounting the test strip in a cassette housing to allow handling, and foil wrapping with desiccant to protect the unit from dust and damp up to the point that it is used - this is termed Secondary manufacture.6. LFT Primary and Secondary Manufacturing equipment are in short supply. The existing supply chains of this equipment are volatile - there are few suppliers worldwide, their order books have long lead times, and what stocks of equipment there are, rapidly are sold. 7. Award of the contract to Biodot for the cutters, assembly rollers and additional airjets was necessary with immediate effect to meet the timescales necessary for setting up viable production lines for early 2021. The items under this Contract are long lead items (12 weeks) and there is insufficient time to organise an advertised competition that would meet the required timescales;8. 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-029b58
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005095-2021
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

31 - Electrical machinery, apparatus, equipment and consumables; lighting


CPV Codes

31720000 - Electromechanical equipment

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£3,682,080 £1M-£10M

Notice Dates

Publication Date
12 Mar 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
27 Nov 20205 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

BIODOT

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-029b58-2021-03-12T16:30:36Z",
    "date": "2021-03-12T16:30:36Z",
    "ocid": "ocds-h6vhtk-029b58",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-029b58",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Reel to Reel Liquid Dispensing Equipment",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "31720000",
            "description": "Electromechanical equipment"
        },
        "mainProcurementCategory": "goods",
        "description": "Reel to Reel Liquid Dispensing Equipment",
        "lots": [
            {
                "id": "1",
                "description": "Reel to Reel Liquid Dispensing Equipment",
                "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": "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. Critical steps in the manufacture of LFT tests include automated dispensing of biologically active agents onto reels of backing material and laminating - this is termed Primary Manufacture.5. Further steps required include mounting the test strip in a cassette housing to allow handling, and foil wrapping with desiccant to protect the unit from dust and damp up to the point that it is used - this is termed Secondary manufacture.6. LFT Primary and Secondary Manufacturing equipment are in short supply. The existing supply chains of this equipment are volatile - there are few suppliers worldwide, their order books have long lead times, and what stocks of equipment there are, rapidly are sold. 7. Award of the contract to Biodot for the cutters, assembly rollers and additional airjets was necessary with immediate effect to meet the timescales necessary for setting up viable production lines for early 2021. The items under this Contract are long lead items (12 weeks) and there is insufficient time to organise an advertised competition that would meet the required timescales;8. 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": "005095-2021-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-8649",
                    "name": "Biodot 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-8649",
            "name": "Biodot Ltd",
            "identifier": {
                "legalName": "Biodot Ltd",
                "id": "02452044"
            },
            "address": {
                "streetAddress": "West Barn Old Dairy Lane, Norton, Chichester",
                "locality": "West Sussex",
                "region": "UK",
                "postalCode": "PO20 3AF",
                "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"
            },
            "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"
    },
    "contracts": [
        {
            "id": "005095-2021-1",
            "awardID": "005095-2021-1",
            "status": "active",
            "value": {
                "amount": 3682080,
                "currency": "GBP"
            },
            "dateSigned": "2020-11-27T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}