Award

National Microbiology Framework - Lot 3: Manufacturing, Product Development and Commercialisation

PUBLIC HEALTH ENGLAND

This public procurement record has 1 release in its history.

Award

24 Apr 2021 at 21:54

Summary of the contracting process

The procurement process entails a framework established by Public Health England, entitled "National Microbiology Framework - Lot 3: Manufacturing, Product Development and Commercialisation." This initiative falls within the medical equipment and pharmaceuticals industry, with an approximate value of £2.5 billion. The framework agreement, initiated through an open tender procedure, is designed to last for an initial two years, with options to extend for a further two years. The procurement location is within the UK, and it covers the manufacturing and commercialisation of diagnostic and therapeutic products, reflecting the rapid advancements in healthcare technology.

This tender creates significant opportunities for businesses focused on innovative healthcare solutions, particularly in the diagnostics and therapeutics sectors. Businesses specialising in manufacturing, product development, and related medical services will find this framework well-suited for participation. Given the open nature of the procurement, small to medium enterprises (SMEs) as well as larger organisations engaged in health technology are encouraged to compete, especially those capable of offering cutting-edge products in response to evolving public health 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

National Microbiology Framework - Lot 3: Manufacturing, Product Development and Commercialisation

Notice Description

Lot 3 is for the manufacturing, product development and commercialisation of diagnostic and/or therapeutic products for the purpose of research, experimentation, study, development or to establish commercial viability or to recover research and development costs. Please note that this Award Notice is for Lot 3, however the Framework Agreement encompasses the following four lots: - Lot 1: Diagnostic Goods and Services - Lot 2: Research and Development Goods and Services - Lot 3: Manufacturing, Product Development and Commercialisation - Lot 4: Clinical Laboratory Diagnostic Testing Services

Lot Information

Lot 1

The Framework Agreement relates to the supply of diagnostics Goods for the qualitative / quantitative examination of specimens / samples and the development or manufacturing of assays / kits / medication and related Services. It also relates to the supply of diagnostics Services for the qualitative / quantitative examination of specimens / samples or the development or manufacturing of assays / kits / medication. The framework also covers Clinical Laboratory Diagnostic Testing Services. The term of the framework will be for an initial 2 years with options to extend by up to a further 2 years. Additional information: The value attributed to each Lot is an approximate estimate only. As indicated in Section VI.3. of this Notice, the actual values will be to such level as those purchasing under the Framework Agreement consider necessary to provide suitable requirements.

Options: The framework agreement will be for an initial period of 24 months with options exercisable by the Authority under the framework agreement to extend the duration in increments by up to a maximum of 24 months. Therefore, the total maximum duration of the framework agreement is 48 months. The Authority will also have the option to purchase new and/or updated Goods and/or Services which the Supplier proposes should be added to its range as described in Section VI.3 below.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02a9e3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008818-2021
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33000000 - Medical equipments, pharmaceuticals and personal care products

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£2,500,000,000 £1B-£10B

Notice Dates

Publication Date
24 Apr 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
8 Apr 20214 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
PUBLIC HEALTH ENGLAND
Contact Name
Not specified
Contact Email
srm.scientific@phe.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
NW9 5EQ
Post Town
North West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI7 Outer London - West and North West
Small Region (ITL 3)
TLI71 Barnet
Delivery Location
Not specified

Local Authority
Barnet
Electoral Ward
Colindale South
Westminster Constituency
Hendon

Supplier Information

Number of Suppliers
9
Supplier Names

AUSDIAGNOSTICS

BIO-TECHNE

EUROPLAZ TECHNOLOGIES

IMMENSA HEALTH CLINIC

LIFE TECHNOLOGIES

QIAGEN

RANDOX LABORATORIES

THERMO FISHER DIAGNOSTICS

YOURGENE HEALTH

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-02a9e3-2021-04-24T22:54:03+01:00",
    "date": "2021-04-24T22:54:03+01:00",
    "ocid": "ocds-h6vhtk-02a9e3",
    "description": "The framework is intended to be accessed by: Public Health England; Department of Health and Social Care; Public Health Wales; Public Health Scotland; Department for Health for Northern Ireland; Health and Social Care Northern Ireland; NHS Authorities, NHS Trusts, NHS Foundation Trusts, Special Health Authorities, NHS Scotland Health Boards, NHS Wales Health Boards, NHS Northern Ireland Health Boards, Special NHS Boards and any other NHS entity; Local Authorities; any other bodies governed by public law (as defined in regulation 2 of the Public Contracts Regulations 2015 (SI 2015/102) (as amended); and academic or charitable institutions (including any such institutions that are not Contracting Authorities). Examples of such bodies can be found at the following links (as of date of publication): https://www.gov.uk/government/organisations/charity-commission https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx The framework value is an approximate estimate only. The actual values will be to such level as those purchasing under the Framework Agreement consider necessary to provide suitable requirements. PHE works with DHSC and the NHS in its role as a national and international emergency responder to current and emerging threats to public health. As demonstrated by the COVID-19 pandemic, the exact nature, timing and escalation of such threats (and the corresponding required responses) can be difficult to foresee, making any exercise in future value estimation unpredictable. The scope of this Framework Agreement covers Goods and Services that are subject to rapid and frequent improvements, advancements and new scientific and technical developments. Therefore, to keep this Framework Agreement in line with the latest market and scientific developments so as to ensure that patients and other end users have ongoing access to state of the art diagnostics for the duration of this Framework Agreement successful Suppliers will be able to propose new and/or updated Goods and/or Services to be added to a Supplier's range under the Framework Agreement if one or more of the following circumstances apply: * Where the proposed updated Goods or Services fall within the general scope of this procurement as set out as part of this OJEU Contract Notice (i.e. fall within an existing main or supplementary CPV code as may be referred to in this Contract Notice and/or the description sections of this Contract Notice); * Where the proposed new Goods or Services fall within the broad categories of Goods or Services covered by this Framework Agreement (i.e. fall within an existing main or supplementary CPV code as may be referred to in this Contract Notice and/or the broad categories of Goods and/or Services referred to in any of the description sections of this Contract Notice), but are new to the market. For the avoidance of doubt, for the purposes of any testing services, this will allow Suppliers to offer new types of tests, new test kits, related new equipment / products, related new consumables and related new Services as and when they become available during the duration of the Framework Agreement provided they fall within an existing main or supplementary CPV code as may be referred to in this Contract Notice and/or the broad categories of Goods and/or Services referred to in any of the description sections of this Contract Notice); * Where the proposed new or updated Goods or Services reflect a product or service line extension (i.e. are new, modified or updated products or services in the same category of Goods or Services already supplied by a Supplier under this Framework Agreement); or * Where the proposed new or updated Goods or Services reflect a range extension (i.e. are new, modified or updated products or services that reflect an expansion of the Supplier's range in the same category of Goods or Services already supplied by a Supplier under this Framework Agreement).",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02a9e3",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "National Microbiology Framework - Lot 3: Manufacturing, Product Development and Commercialisation",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "33000000",
            "description": "Medical equipments, pharmaceuticals and personal care products"
        },
        "mainProcurementCategory": "goods",
        "description": "Lot 3 is for the manufacturing, product development and commercialisation of diagnostic and/or therapeutic products for the purpose of research, experimentation, study, development or to establish commercial viability or to recover research and development costs. Please note that this Award Notice is for Lot 3, however the Framework Agreement encompasses the following four lots: - Lot 1: Diagnostic Goods and Services - Lot 2: Research and Development Goods and Services - Lot 3: Manufacturing, Product Development and Commercialisation - Lot 4: Clinical Laboratory Diagnostic Testing Services",
        "lots": [
            {
                "id": "1",
                "description": "The Framework Agreement relates to the supply of diagnostics Goods for the qualitative / quantitative examination of specimens / samples and the development or manufacturing of assays / kits / medication and related Services. It also relates to the supply of diagnostics Services for the qualitative / quantitative examination of specimens / samples or the development or manufacturing of assays / kits / medication. The framework also covers Clinical Laboratory Diagnostic Testing Services. The term of the framework will be for an initial 2 years with options to extend by up to a further 2 years. Additional information: The value attributed to each Lot is an approximate estimate only. As indicated in Section VI.3. of this Notice, the actual values will be to such level as those purchasing under the Framework Agreement consider necessary to provide suitable requirements.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "The framework agreement will be for an initial period of 24 months with options exercisable by the Authority under the framework agreement to extend the duration in increments by up to a maximum of 24 months. Therefore, the total maximum duration of the framework agreement is 48 months. The Authority will also have the option to purchase new and/or updated Goods and/or Services which the Supplier proposes should be added to its range as described in Section VI.3 below."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ]
    },
    "awards": [
        {
            "id": "008818-2021-1",
            "relatedLots": [
                "1"
            ],
            "title": "Manufacturing, Product Development and Commercialisation",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-12772",
                    "name": "AusDiagnostics UK Limited"
                },
                {
                    "id": "GB-FTS-14038",
                    "name": "Bio-Techne Ltd"
                },
                {
                    "id": "GB-FTS-12796",
                    "name": "Europlaz Technologies Limited"
                },
                {
                    "id": "GB-FTS-12809",
                    "name": "Immensa Health Clinic Ltd"
                },
                {
                    "id": "GB-FTS-6532",
                    "name": "Life Technologies Limited"
                },
                {
                    "id": "GB-FTS-12839",
                    "name": "Qiagen Ltd"
                },
                {
                    "id": "GB-FTS-12842",
                    "name": "Randox Laboratories Ltd"
                },
                {
                    "id": "GB-FTS-12761",
                    "name": "Thermo Fisher Diagnostics Ltd"
                },
                {
                    "id": "GB-FTS-12916",
                    "name": "Yourgene Health UK Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-12759",
            "name": "Public Health England",
            "identifier": {
                "legalName": "Public Health England"
            },
            "address": {
                "streetAddress": "61 Colindale Avenue,",
                "locality": "London",
                "region": "UK",
                "postalCode": "NW9 5EQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "srm.scientific@phe.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/public-health-england",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "NATIONAL_AGENCY",
                        "description": "National or federal agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-12772",
            "name": "AusDiagnostics UK Limited",
            "identifier": {
                "legalName": "AusDiagnostics UK Limited"
            },
            "address": {
                "locality": "Chesham",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-14038",
            "name": "Bio-Techne Ltd",
            "identifier": {
                "legalName": "Bio-Techne Ltd"
            },
            "address": {
                "locality": "Abingdon",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-12796",
            "name": "Europlaz Technologies Limited",
            "identifier": {
                "legalName": "Europlaz Technologies Limited"
            },
            "address": {
                "locality": "Essex",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-12809",
            "name": "Immensa Health Clinic Ltd",
            "identifier": {
                "legalName": "Immensa Health Clinic Ltd"
            },
            "address": {
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-6532",
            "name": "Life Technologies Limited",
            "identifier": {
                "legalName": "Life Technologies Limited"
            },
            "address": {
                "locality": "Paisley",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-12839",
            "name": "Qiagen Ltd",
            "identifier": {
                "legalName": "Qiagen Ltd"
            },
            "address": {
                "locality": "Manchester",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-12842",
            "name": "Randox Laboratories Ltd",
            "identifier": {
                "legalName": "Randox Laboratories Ltd"
            },
            "address": {
                "locality": "Crumlin",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-12761",
            "name": "Thermo Fisher Diagnostics Ltd",
            "identifier": {
                "legalName": "Thermo Fisher Diagnostics Ltd"
            },
            "address": {
                "locality": "Altrincham",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-12916",
            "name": "Yourgene Health UK Limited",
            "identifier": {
                "legalName": "Yourgene Health UK Limited"
            },
            "address": {
                "locality": "Manchester",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-14069",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "The High Court , Strand, Holborn",
                "locality": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-12759",
        "name": "Public Health England"
    },
    "contracts": [
        {
            "id": "008818-2021-1",
            "awardID": "008818-2021-1",
            "title": "Manufacturing, Product Development and Commercialisation",
            "status": "active",
            "value": {
                "amount": 2500000000,
                "currency": "GBP"
            },
            "dateSigned": "2021-04-09T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 17
            }
        ]
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:533940-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}