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

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

Email

srm.scientific@phe.gov.uk