Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

National Microbiology Framework

  • First published: 06 November 2020
  • Last modified: 06 November 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Public Health England
Authority ID:
AA20283
Publication date:
06 November 2020
Deadline date:
04 December 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 is for the supply of in-vitro diagnostic medical devices and associated services including equipment, consumables, maintenance, and peripheral equipment and associated services. All goods supplied must comply with the European Directive 98/79/EC on In Vitro Diagnostic Medical Devices (IVDMD) (1998) or Regulation (EU) 2017/746 (IVDR) as applicable. All reagents and consumables must be marked in accordance with current CE regulations (or, once superseded, the UKCA mark).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Public Health England

61 Colindale Avenue

Colindale

NW9 5EQ

UK

Contact person: Nilesh Pattani

E-mail: srm.scientific@phe.gov.uk

NUTS: UK

Internet address(es)

Main address: www.gov.uk/government/organisations/public-health-england

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://phe.bravosolution.co.uk/web/login.shtml


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://phe.bravosolution.co.uk/web/login.shtml


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

National or federal agency/office

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

National Microbiology Framework

II.1.2) Main CPV code

33000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short 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 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.

II.1.5) Estimated total value

Value excluding VAT: 22 000 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

II.2) Description

Lot No: 1

II.2.1) Title

Diagnostic Goods and Services

II.2.2) Additional CPV code(s)

33000000

33100000

33600000

38430000

38431000

38433100

38434000

38434500

38434510

38434520

38434540

38434550

38434570

38434580

50400000

50410000

50411000

50412000

50413000

50433000

71900000

85111800

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 1 is for the supply of in-vitro diagnostic medical devices and associated services including equipment, consumables, maintenance, and peripheral equipment and associated services. All goods supplied must comply with the European Directive 98/79/EC on In Vitro Diagnostic Medical Devices (IVDMD) (1998) or Regulation (EU) 2017/746 (IVDR) as applicable. All reagents and consumables must be marked in accordance with current CE regulations (or, once superseded, the UKCA mark).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 3 000 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of 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.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) 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.

Lot No: 2

II.2.1) Title

Research and Development Goods and Services

II.2.2) Additional CPV code(s)

33000000

33100000

33600000

38430000

38433100

38434500

38434510

38434520

38434540

38434550

38434570

38434580

50410000

50411000

50412000

50413000

50430000

71900000

73111000

85111800

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 2 consists of goods and services mainly for research and development, experimentation and study. The supplies may form a part of the whole diagnostic product life cycle. Products and services do not need to be CE marked (or, once superseded, UKCA marked) as they are under development and primarily used for research and development.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 500 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of 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.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) 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.

Lot No: 3

II.2.1) Title

Manufacturing, Product Development and Commercialisation

II.2.2) Additional CPV code(s)

33000000

33124100

33124110

38540000

38950000

38970000

71900000

72244000

73100000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 3 is for the manufacture 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. Manufacturers must adhere to the relevant regulations for example for in vitro medical devices/medical devices, the current IVDD/MDD respectively and from May 2022 the new IVDR or from May 2021 the new MDR.

The supplier may be required to discount or agree preferential terms for the products sold on the open market where the authority has given input into the development and validation of the product, including the sharing or use of the authority’s intellectual property.

The supplier may be required to supply products, materials and other services related to the sale and/or distribution of the manufactured products. There may also be other commercial exploitation arrangements, which may include the licensing of the authority’s intellectual property in return for a license fee.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 500 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of 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.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) 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.

Lot No: 4

II.2.1) Title

Clinical Laboratory Diagnostic Testing Services

II.2.2) Additional CPV code(s)

33000000

64120000

71900000

73111000

85111800

85145000

85148000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 4 is to provide access to a range of clinical laboratory diagnostic testing services. The exact specification for each requirement will be detailed in the call-off order form. The volumes of services contracted via this lot are expected to be scalable to meet evolving demand over time taking account of long term and short term (surge) requirements, combined with small-scale or large-scale service provisions being sought.

Lot 4 is intended to enable access to clinical laboratory diagnostic testing services using extant techniques and allow for the addition of new techniques or existing techniques utilised in a new manner in the future.

The aim for this lot is to ensure that there is consistent and affordable provision of high quality, safe and compliant testing services which should be delivered efficiently and effectively to support wider clinical services.

With regards to the clinical laboratory diagnostic testing services to be offered through the framework the authority is seeking suppliers that can undertake the following types of testing:

— molecular biology; and

— microbiology including:

• Bacteriology;

• Virology; and

• Serology.

Suppliers will also be expected to provide all necessary supporting services including but not limited to the receipting of samples, storage, accessioning, laboratory informatics and clinical waste disposal. Where necessary it is also envisaged that suppliers may be required to provide their own sample kits and logistical services.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 15 000 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of 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.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) 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.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

If it is considered appropriate by the authority, an indemnity, guarantee, bond or other form of appropriate security may be required.

The authority reserves the right to require groupings of economic operators to take a particular legal form or to require a single economic operator to take primary liability for a contract to be performed by a group of economic operators or to require each party to undertake joint and several liability in respect of the entire contract irrespective of the form the grouping takes.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 108-263375

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 04/12/2020

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 04/12/2020

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

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).

VI.4) Procedures for review

VI.4.1) Review body

Public Health England

61 Colindale Avenue

Colindale

NW9 5EQ

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The authority will allow a standstill period at the point the decision regarding the award of the framework is communicated to tenderers. The standstill period shall be in accordance with Regulation 87 of the Public Contracts Regulations 2015 (as amended). Chapter 6 of the Regulations provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take legal action. Any such action must be started in the High Court within the applicable limitation period set out in Chapter 6. The purpose of the standstill period referred to above is to allow aggrieved parties to apply to the Courts to set aside the award decision before the framework is entered into.

VI.5) Date of dispatch of this notice

02/11/2020

Coding

Commodity categories

ID Title Parent category
38434000 Analysers Detection and analysis apparatus
38434500 Biochemical analysers Analysers
38434540 Biomedical equipment Analysers
38434520 Blood analysers Analysers
38434550 Blood-cell counters Analysers
50433000 Calibration services Repair and maintenance services of precision equipment
64120000 Courier services Post and courier services
38434510 Cytometers Analysers
38430000 Detection and analysis apparatus Instruments for checking physical characteristics
38431000 Detection apparatus Detection and analysis apparatus
33124100 Diagnostic devices Diagnostics and radiodiagnostic devices and supplies
33124110 Diagnostic systems Diagnostics and radiodiagnostic devices and supplies
38434570 Haematology analysers Analysers
38434580 Immunoassay analysers Analysers
71900000 Laboratory services Architectural, construction, engineering and inspection services
38540000 Machines and apparatus for testing and measuring Checking and testing apparatus
38433100 Mass spectrometer Spectrometers
85148000 Medical analysis services Miscellaneous health services
33100000 Medical equipments Medical equipments, pharmaceuticals and personal care products
33000000 Medical equipments, pharmaceuticals and personal care products Materials and Products
85111800 Pathology services Hospital services
33600000 Pharmaceutical products Medical equipments, pharmaceuticals and personal care products
38950000 Polymerase Chain Reaction (PCR) equipment Miscellaneous evaluation or testing instruments
72244000 Prototyping services Systems analysis and programming services
50413000 Repair and maintenance services of checking apparatus Repair and maintenance services of measuring, testing and checking apparatus
50411000 Repair and maintenance services of measuring apparatus Repair and maintenance services of measuring, testing and checking apparatus
50410000 Repair and maintenance services of measuring, testing and checking apparatus Repair and maintenance services of medical and precision equipment
50400000 Repair and maintenance services of medical and precision equipment Repair and maintenance services
50430000 Repair and maintenance services of precision equipment Repair and maintenance services of medical and precision equipment
50412000 Repair and maintenance services of testing apparatus Repair and maintenance services of measuring, testing and checking apparatus
73100000 Research and experimental development services Research and development services and related consultancy services
73111000 Research laboratory services Research services
38970000 Research, testing and scientific technical simulator Miscellaneous evaluation or testing instruments
85145000 Services provided by medical laboratories Miscellaneous health services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
srm.scientific@phe.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.