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.

AwardUpdate

23 Mar 2021 at 16:42

Summary of the contracting process

The Department of Health and Social Care is currently engaged in a procurement process for the provision of SARS-CoV-2 Antigen Rapid Qualitative Test Kits. This tender falls under the category of diagnostic supplies and has been initiated to support the UK's COVID-19 testing strategy. The relevant procurement stage is active, with contract delivery expected to take place in the UK. Key dates include a contract signing on 24 December 2020, with the service provision running until 14 January 2021. The procurement method is a tender process, which is being conducted under Regulation 72(1)(c) due to unforeseen circumstances in demand for test kits.

This tender presents significant opportunities for businesses involved in the manufacturing and supply of diagnostic equipment, particularly those that specialise in rapid testing solutions. Companies that can deliver high-quality lateral flow test kits and associated consumables are particularly well-suited to compete in this process. The growing demand for testing in various sectors, including universities and healthcare, creates a favourable market for suppliers capable of responding to urgent procurement needs.

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

Lot Information

Lot 1

Provision of lateral flow test kits and associated consumables.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029e7a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005897-2021
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
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
£874,538,016 £100M-£1B

Notice Dates

Publication Date
23 Mar 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
24 Dec 20205 years ago
Contract Period
24 Dec 2020 - 14 Jan 2021 30 days
Recurrence
Not specified

Notice Status

Tender Status
Not Specified
Lots Status
Not Specified
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-029e7a-2021-03-23T16:42:43Z",
    "date": "2021-03-23T16:42:43Z",
    "ocid": "ocds-h6vhtk-029e7a",
    "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 and to supplement diagnostics capacity.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-029e7a",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "SARS-CoV-2 Antigen Rapid Qualitative Test Kits",
        "classification": {
            "scheme": "CPV",
            "id": "33124130",
            "description": "Diagnostic supplies"
        },
        "mainProcurementCategory": "goods",
        "lots": [
            {
                "id": "1",
                "description": "Provision of lateral flow test kits and associated consumables.",
                "contractPeriod": {
                    "startDate": "2020-10-06T00:00:00+01:00",
                    "endDate": "2021-01-14T23:59:59Z"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "005897-2021-C13385-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-3724",
                    "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"
            }
        },
        {
            "id": "GB-FTS-3724",
            "name": "INNOVA MEDICAL GROUP INC",
            "identifier": {
                "legalName": "INNOVA MEDICAL GROUP INC"
            },
            "address": {
                "streetAddress": "718 S. Primrose Ave",
                "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"
            },
            "contactPoint": {
                "email": "generaloffice@administrativecourtoffice.justice.gov.uk"
            },
            "roles": [
                "reviewBody",
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.gov.uk/courts-tribunals"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-43",
        "name": "Department of Health and Social Care"
    },
    "contracts": [
        {
            "id": "005897-2021-C13385-1",
            "awardID": "005897-2021-C13385-1",
            "status": "active",
            "value": {
                "amount": 874538016.84,
                "currency": "GBP"
            },
            "dateSigned": "2020-12-24T00:00:00Z",
            "period": {
                "startDate": "2020-12-24T00:00:00Z",
                "endDate": "2021-01-14T23:59:59Z"
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "33124130",
                        "description": "Diagnostic supplies"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UK"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "description": "VII.2.2 Reasons for modification DHSC is relying on Regulation 72(1)(c) in order to modify the original contract:(a) the need for the modification has been brought about by circumstances which a diligent contracting authority cannot have foreseen:When the original contract was entered into, DHSC purchased a sufficient volume of tests as was deemed strictly necessary to satisfy demand until an accelerated open procurement for testing kits had been completed. DHSC has abandoned its existing open procurement procedure for Lateral Flow Test (LFT) kits on the basis that the type of products required has changed since the open procurement was first advertised. Although a new open procurement procedure based on the updated requirement is underway (Contract notice reference 2020/S 253-639081), it is likely that test kits ordered from suppliers that are successful under that procurement procedure will not be received until mid-February.The demand for testing kits has exceeded expectations as a result of an unprecedented number of new cases which were not originally envisaged, and also as a result of additional requirements (e.g. testing university students, testing within the community, the mass testing of NHS personnel). Recent data is showing the likelihood of a greater than expected increase in Covid-19 cases, and therefore an increase in projected test requirements in January. As such, the demand for testing kits has been significantly higher than anticipated which could not have been foreseen when the original contract was entered into. The additional volumes of test kits procured pursuant to this modification is for a stopgap supply of test kits to cover the period between the current supply of kits being exhausted and those obtained pursuant to the contract awarded under the accelerated open procedure. (b) the modification does not alter the overall nature of the contract:The test kit components remain exactly the same as those covered by the original contract.(c) The value of the modification is less than 50% of the original contract value.",
                    "rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: DHSC awarded a contract on 6 October 2020 to Innova Medical Group Inc for the provision of lateral flow test kits to support the UK Covid-19 testing strategy (Contract Award Notice reference 2020/S 217-533961). DHSC is extending the contract relying on Regulation 72(1)(c) of the Public Contracts Regulations 2015 to procure additional volumes of tests until 14 January 2021. DHSC is conducting an accelerated procurement for future requirements (Contract reference: 2020/S 253-639081)"
                }
            ]
        }
    ],
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:533961-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}