Notice Information
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.
Notice Details
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
Buyer & Supplier
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
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-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"
}