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

Drugs of Abuse and Point of Care Testing

  • First published: 18 September 2021
  • Last modified: 18 September 2021
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
NHS Shared Business Services
Authority ID:
AA78032
Publication date:
18 September 2021
Deadline date:
25 October 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

I.e. oral, urine etc. Further details can be found in the Specification.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Shared Business Services

05280446

Halyard Court, Chandlers Point, 31 Broadway

Salford

M50 2UW

UK

Contact person: Sarah Findlay

Telephone: +44 7933389868

E-mail: nsbs.health@nhs.net

NUTS: UK

Internet address(es)

Main address: https://www.sbs.nhs.uk/

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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39590&B=NHSSBS


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39590&B=NHSSBS


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


I.4) Type of the contracting authority

Other: Joint Venture between Department of Health and Sopra Steria

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Drugs of Abuse and Point of Care Testing

Reference number: 10160

II.1.2) Main CPV code

71900000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS Shared Business Services (NHS SBS) are tendering for Drugs of Abuse and Point of Care Testing, Lots are mixture or products and services in the following areas: Rapid Tests, Back to Lab, Pandemic Testing, Alcohol Testing Devices, BBV, Liver Fuction Testing, Occupational Health Services, Family Law Services including DNA Testing, and broader outsourced Operational Services. Innovation will continue to be a key focus of the framework agreement, awarded suppliers will have the option to add innovative products/services to the framework throughout the duration of the Agreement.

II.1.5) Estimated total value

Value excluding VAT: 280 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1: Rapid Drug Testing Kits

II.2.2) Additional CPV code(s)

33124131

38500000

38540000

38544000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW

II.2.4) Description of the procurement

I.e. oral, urine etc. Further details can be found in the Specification.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will run for 3 years, with an extension option of 1 year.

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: No

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.1) Title

Lot 2: Back to Lab testing

II.2.2) Additional CPV code(s)

33696200

38434520

33696500

71900000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW

II.2.4) Description of the procurement

I.e. nail, hair, blood etc. Further details can be found in the Specification.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will run for 3 years, with an extension option of 1 year.

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: No

II.2.13) Information about European Union funds

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

Lot No: 3

II.2.1) Title

Lot 3: Pandemic Testing

II.2.2) Additional CPV code(s)

33696500

71900000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW

II.2.4) Description of the procurement

Antigen, Antibody and PCR. Further details can be found in the Specification.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will run for 3 years, with an extension option of 1 year.

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: No

II.2.13) Information about European Union funds

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

Lot No: 4

II.2.1) Title

Lot 4: Blood Borne Virus (BBV) and Liver Function Testing

II.2.2) Additional CPV code(s)

33141900

33696200

38434520

85111810

71900000

38544000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW

II.2.4) Description of the procurement

Further details can be found in the Specification.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will run for 3 years, with an extension option of 1 year.

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: No

II.2.13) Information about European Union funds

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

Lot No: 5

II.2.1) Title

Lot 5: Dried Blood Spot Drug & Alcohol testing

II.2.2) Additional CPV code(s)

33141900

33696200

38434520

85111810

71900000

38544000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW

II.2.4) Description of the procurement

Further details can be found in the Specification.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will run for 3 years, with an extension option of 1 year.

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: No

II.2.13) Information about European Union funds

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

Lot No: 6

II.2.1) Title

Lot 6: Alcohol Testing Devices

II.2.2) Additional CPV code(s)

38500000

38434000

38544000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW

II.2.4) Description of the procurement

I.e. Breath Analysers, Continuous Monitoring and Associated Consumables. Further details

can be found in the Specification.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will run for 3 years, with an extension option of 1 year.

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: No

II.2.13) Information about European Union funds

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

Lot No: 7

II.2.1) Title

Lot 7: Occupational Health Services

II.2.2) Additional CPV code(s)

71317200

85100000

85147000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW

II.2.4) Description of the procurement

Further details can be found in the Specification.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will run for 3 years, with an extension option of 1 year.

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: No

II.2.13) Information about European Union funds

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

Lot No: 8

II.2.1) Title

Lot 8: Operational Outsourcing of Services

II.2.2) Additional CPV code(s)

33696500

71900000

85100000

38544000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW

II.2.4) Description of the procurement

Further details can be found in the Specification.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will run for 3 years, with an extension option of 1 year.

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: No

II.2.13) Information about European Union funds

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

Lot No: 9

II.2.1) Title

Lot 9: Family Law Services

II.2.2) Additional CPV code(s)

71900000

85100000

85300000

75242000

38544000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW

II.2.4) Description of the procurement

I.e. DNA Testing etc. Further details can be found in the Specification.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will run for 3 years, with an extension option of 1 year.

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: No

II.2.13) Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Selection criteria as stated in the procurement documents.

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

Selection criteria as stated in the procurement documents

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.

Envisaged maximum number of participants to the framework agreement: 30

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 25/10/2021

Local time: 12:00

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

Tender must be valid until: 11/12/2021

IV.2.7) Conditions for opening of tenders

Date: 25/10/2021

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The duration referenced in Section II.2.7) is for the placing of orders.

The value provided in Section II.1.5) is only an estimate. We cannot guarantee to successful

suppliers any business through this framework agreement. Spend and volumes may vary

throughout the life of the framework agreement from the anticipated levels given in this

notice.

The framework will be for the benefit, and on behalf, of public sector bodies, details of such

bodies can be accessed at: https://www.sbs.nhs.uk/proc-framework-agreements-support

In addition, if provided for in the contract documents, NHS SBS may extend the scope and

benefit of the framework agreement to private sector bodies, subject to the approval of NHS

SBS.

Whilst NHS SBS is not required by procurement legislation to do so, it has extended the

principles of public procurement rules to provide its private sector customers with the best

value and open and transparent procurement procedures.

The envisaged maximum number of participants to the framework agreement, stated in

IV.1.3) is an estimate and is subject to change.

VI.4) Procedures for review

VI.4.1) Review body

NHS Shared Business Services

Halyard Court, 31 Broadway, The Quays

Salford

M50 2UW

UK

Telephone: +44 7933389868

E-mail: nsbs.health@nhs.net

VI.4.2) Body responsible for mediation procedures

NHS Shared Business Services

Halyard Court, 31 Broadway, The Quays

Salford

M50 2UW

UK

Telephone: +44 7933389868

E-mail: nsbs.health@nhs.net

VI.4.4) Service from which information about the review procedure may be obtained

NHS Shared Business Services

Halyard Court, 31 Broadway, The Quays

Salford

M50 2UW

UK

Telephone: +44 7933389868

E-mail: nsbs.health@nhs.net

VI.5) Date of dispatch of this notice

17/09/2021

Coding

Commodity categories

ID Title Parent category
38434000 Analysers Detection and analysis apparatus
38434520 Blood analysers Analysers
85111810 Blood analysis services Hospital services
33141900 Blood lancets Disposable non-chemical medical consumables and haematological consumables
33696200 Blood-testing reagents Reagents and contrast media
38500000 Checking and testing apparatus Laboratory, optical and precision equipments (excl. glasses)
85147000 Company health services Miscellaneous health services
38544000 Drug detection apparatus Machines and apparatus for testing and measuring
71317200 Health and safety services Hazard protection and control consultancy services
85100000 Health services Health and social work services
33696500 Laboratory reagents Reagents and contrast media
71900000 Laboratory services Architectural, construction, engineering and inspection services
38540000 Machines and apparatus for testing and measuring Checking and testing apparatus
75242000 Public law and order services Public security, law and order services
33124131 Reagent strips Diagnostics and radiodiagnostic devices and supplies
85300000 Social work and related services Health and social work 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:
nsbs.health@nhs.net
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.