Tender

Procurement of Kitting Automation Equipment

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 1 release in its history.

Tender

09 Sep 2021 at 10:45

Summary of the contracting process

The Department of Health and Social Care is conducting a tender for the "Procurement of Kitting Automation Equipment" aimed at enhancing the production of test kits as part of the Test & Trace Programme. This procurement falls within the industry category of electromechanical equipment and has a total estimated value of £30,000,000. The current stage is "active," with the tender period ending on 11th October 2021. Interested suppliers must register on the Atamis e-Sourcing Suite to participate, where the submission method will be electronic. The procurement process is executed through a selective method using competitive dialogue.

This tender presents significant business opportunities, particularly for companies specialised in automating manufacturing processes, medical equipment supply, and similar fields. Businesses capable of designing, delivering, and supporting automated solutions for high-volume production will find this process especially relevant. With the expectation of achieving a maximum capacity of 500,000 tests per day, firms with expertise in scaling operations and optimising production efficiency will be particularly well-suited to compete and contribute to this critical health initiative.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Procurement of Kitting Automation Equipment

Notice Description

The Department of Health & Social Care has set up the Test & Trace Programme to address the challenges of the Covid-19 pandemic. As part of the Mass Testing programme, the Test & Trace Programme produces PCR and LAMP test kits. Currently, these diagnostic test kits are produced in a largely manual fashion. The Test & Trace programme is seeking to establish a fully automated capability to produce diagnostic test-kits at large scale.

Lot Information

Lot 1

The Department of Health & Social Care has set up the Test & Trace Programme to address the challenges of the Covid-19 pandemic. The purpose of the Test and Trace programme is: * Saving Lives (rapid testing for anyone with symptoms)* Protecting the vulnerable (screening of selected cohorts)* Containment (Integral part of NHS Test and Trace) * Getting UK back to work (testing available for all symptomatic citizens)* Understanding prevalence (survey delivery) As part of the Mass Testing programme, the Test & Trace Programme produces PCR and LAMP test kits. Currently, these diagnostic test kits are produced in a largely manual fashion. The Test & Trace programme is seeking to establish a fully automated capability to produce diagnostic test-kits at large scale, in order to:* Establish a lasting legacy to better prepare the UK for future pandemic events when they occur, and to repurpose the testing system for non-pandemic tests such as genetic sequencing, cancer diagnostics, STDs and other respiratory diseases;* Improve quality of test kit production;* Achieve a Maximum Capacity of 500,000 tests / day, of the four variants of Covid-19 test kits specified in the System Requirements Documents (SRD)to meet predicted test demand;* Increase responsiveness to fluctuating demand, with the ability to quickly increase or decrease volumes in line with rapidly changing demand for Covid tests;* Produce test kits for the four PCR test kits variants that make 99% of the demand, and to be able to accommodate planned / possible future kit without major redesign;* Reduce the cost of producing test kits for the tax payer;We are seeking a supplier to design, deliver, install and commission this Automated Kitting Equipment, and to provide DHSC operator training and ongoing equipment support. DHSC are now advising the market of our intention to procure these goods. This Procurement will establish a single Contract for the purchase of Kitting Automation Equipment. Additional information: ProcessSuppliers instructions: the opportunity will be available on the DHSC Atamis eTendering System and will be conducted using the competitive dialogue procedure. You must be registered on the Atamis e-Sourcing Suite ("Atamis") via https://health-family.force.com/s/Welcome in order to take part in this Procurement.

Renewal: The Authority reserves the right to extend such support for up to two further periods of up to 12 months each

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02ded5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/022374-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Competitive dialogue
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

42 - Industrial machinery


CPV Codes

31720000 - Electromechanical equipment

42200000 - Machinery for food, beverage and tobacco processing and associated parts

42990000 - Miscellaneous special-purpose machinery

Notice Value(s)

Tender Value
Not specified
Lots Value
£30,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Sep 20214 years ago
Submission Deadline
11 Oct 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF HEALTH AND SOCIAL CARE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

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-02ded5-2021-09-09T11:45:17+01:00",
    "date": "2021-09-09T11:45:17+01:00",
    "ocid": "ocds-h6vhtk-02ded5",
    "description": "ProcessSuppliers instructions: the opportunity will be available on the DHSC Atamis eTendering System and will be conducted using the competitive dialogue procedure. You must be registered on the Atamis e-Sourcing Suite (\"Atamis\") via https://health-family.force.com/s/Welcome in order to take part in this Procurement. If you are not already registered you can do so using the same link. Select 'Find Opportunities' and then select the 'Procurement of Kitting Automation Equipment' opportunity, reference C43352. Once you have selected the Opportunity, press the 'Register Interest' button to register your interest. Once the tender pack is published you can review documents, send clarification messages, submit the response, or decline to respond, if you decide not to participate in the opportunityIf you have any issues with using Atamis, or require any assistance, please contact the Atamis helpdesk prior to the Tender Submission Deadline at support-health@atamis.co.uk or 0800 9956035. We are planning to issue the tender pack on Wednesday 25th June 2021, an automatic message will be sent notifying you as long as you have expressed your interest against this opportunity. For further assistance please consult the online help, or the eTendering help desk.Bidders will be invited to submit both an SQ and an ITT response in parallel. Responses from Bidders who meet the criteria of the SQ will be evaluated against the criteria that will be published in the tender pack. The three Bidders with the highest evaluation sores will then be invited to participate in Competitive Dialogue, alongside a parallel site visit assessment. Following completion of Competitive Dialogue and site visit assessments, down selected Bidders may submit revised bids for final evaluation which will be evaluated against the final evaluation criteria published in the tender pack. Full details of the evaluation process and assessment will be published in the tender pack.We reserve the right to: (i) to cancel this procurement at any stage; (ii) to not award any contract as a result of the procurement; (iii) make any changes to the timetable, structure or content of the competition. Bidders' costs of responding to this opportunity shall be at their own expense,Please note that all future correspondence for the event will be our e-Procurement System.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02ded5",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Procurement of Kitting Automation Equipment",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "31720000",
            "description": "Electromechanical equipment"
        },
        "mainProcurementCategory": "goods",
        "description": "The Department of Health & Social Care has set up the Test & Trace Programme to address the challenges of the Covid-19 pandemic. As part of the Mass Testing programme, the Test & Trace Programme produces PCR and LAMP test kits. Currently, these diagnostic test kits are produced in a largely manual fashion. The Test & Trace programme is seeking to establish a fully automated capability to produce diagnostic test-kits at large scale.",
        "lots": [
            {
                "id": "1",
                "description": "The Department of Health & Social Care has set up the Test & Trace Programme to address the challenges of the Covid-19 pandemic. The purpose of the Test and Trace programme is: * Saving Lives (rapid testing for anyone with symptoms)* Protecting the vulnerable (screening of selected cohorts)* Containment (Integral part of NHS Test and Trace) * Getting UK back to work (testing available for all symptomatic citizens)* Understanding prevalence (survey delivery) As part of the Mass Testing programme, the Test & Trace Programme produces PCR and LAMP test kits. Currently, these diagnostic test kits are produced in a largely manual fashion. The Test & Trace programme is seeking to establish a fully automated capability to produce diagnostic test-kits at large scale, in order to:* Establish a lasting legacy to better prepare the UK for future pandemic events when they occur, and to repurpose the testing system for non-pandemic tests such as genetic sequencing, cancer diagnostics, STDs and other respiratory diseases;* Improve quality of test kit production;* Achieve a Maximum Capacity of 500,000 tests / day, of the four variants of Covid-19 test kits specified in the System Requirements Documents (SRD)to meet predicted test demand;* Increase responsiveness to fluctuating demand, with the ability to quickly increase or decrease volumes in line with rapidly changing demand for Covid tests;* Produce test kits for the four PCR test kits variants that make 99% of the demand, and to be able to accommodate planned / possible future kit without major redesign;* Reduce the cost of producing test kits for the tax payer;We are seeking a supplier to design, deliver, install and commission this Automated Kitting Equipment, and to provide DHSC operator training and ongoing equipment support. DHSC are now advising the market of our intention to procure these goods. This Procurement will establish a single Contract for the purchase of Kitting Automation Equipment. Additional information: ProcessSuppliers instructions: the opportunity will be available on the DHSC Atamis eTendering System and will be conducted using the competitive dialogue procedure. You must be registered on the Atamis e-Sourcing Suite (\"Atamis\") via https://health-family.force.com/s/Welcome in order to take part in this Procurement.",
                "value": {
                    "amount": 30000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Authority reserves the right to extend such support for up to two further periods of up to 12 months each"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "42200000",
                        "description": "Machinery for food, beverage and tobacco processing and associated parts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42990000",
                        "description": "Miscellaneous special-purpose machinery"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "http://health.atamis.co.uk",
        "communication": {
            "atypicalToolUrl": "http://health.atamis.co.uk"
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-10-11T15:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2021-09-09T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "hasRecurrence": false
    },
    "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": "Test & Trace Market Engagement",
                "email": "ttmarketengagement@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"
    },
    "language": "en"
}