Published date: 5 November 2020
This notice was replaced on 19 April 2021
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 19 April 2021)
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Medical equipments, pharmaceuticals and personal care products - 33000000
Medical equipments - 33100000
Diagnostic devices - 33124100
Diagnostic systems - 33124110
Pharmaceutical products - 33600000
Detection and analysis apparatus - 38430000
Detection apparatus - 38431000
Mass spectrometer - 38433100
Analysers - 38434000
Biochemical analysers - 38434500
Cytometers - 38434510
Blood analysers - 38434520
Biomedical equipment - 38434540
Immunoassay analysers - 38434580
Machines and apparatus for testing and measuring - 38540000
Polymerase Chain Reaction (PCR) equipment - 38950000
Research, testing and scientific technical simulator - 38970000
Repair and maintenance services of medical and precision equipment - 50400000
Repair and maintenance services of measuring, testing and checking apparatus - 50410000
Repair and maintenance services of measuring apparatus - 50411000
Repair and maintenance services of testing apparatus - 50412000
Repair and maintenance services of checking apparatus - 50413000
Calibration services - 50433000
Courier services - 64120000
Laboratory services - 71900000
Prototyping services - 72244000
Research and experimental development services - 73100000
Pathology services - 85111800
Services provided by medical laboratories - 85145000
Medical analysis services - 85148000
Location of contract
Any region
Value of contract
£22,000,000,000
Procurement reference
tender_241726/887128
Published date
5 November 2020
Closing date
7 December 2020
Closing time
12pm
Contract start date
1 February 2021
Contract end date
1 February 2023
Contract type
Supply contract
Procedure type
Open procedure (above threshold)
Any interested supplier may submit a tender in response to an opportunity notice.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
The Secretary of State for Health and Social Care acting through Public Health England (PHE) is seeking to appoint suppliers to a multi-lot national microbiology framework agreement. The framework agreement will include, but not be limited to, the supply of diagnostics goods or services for the qualitative/quantitative examination of specimens/samples, the supply of research and development goods or services for the qualitative/quantitative examination of specimens/samples, the development, manufacturing and commercialisation of assays/kits/medical or therapeutic products and the supply of 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.
The individual framework lots will be:
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.
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 range is an estimate only and the values may vary dependent on the requirements of Public Health England and the other authorities who may choose to participate and purchase supplies and services over the life of the framework agreement. 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. Public Health England 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.
More information
Links
-
- https://ted.europa.eu/udl?uri=TED:NOTICE:263375-2020:TEXT:EN:HTML
- Tender notice
- PIN
-
- https://phe.bravosolution.co.uk/web/login.shtml
- Tender notice
- E-tendering website
Additional text
-
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).
About the buyer
Contact name
Nilesh Pattani
Address
61 Colindale Avenue
Colindale
NW9 5EQ
England
Share this notice