Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
National Microbiology Framework
II.1.2)Main CPV code33000000 Medical equipments, pharmaceuticals and personal care products
II.1.3)Type of contractSupplies
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 valueValue excluding VAT: 22 000 000 000.00 GBP
II.1.6)Information about lotsThis 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
II.2.1)Title:
Diagnostic Goods and Services
Lot No: 1
II.2.2)Additional CPV code(s)33000000 Medical equipments, pharmaceuticals and personal care products
33100000 Medical equipments
33600000 Pharmaceutical products
38430000 Detection and analysis apparatus
38431000 Detection apparatus
38433100 Mass spectrometer
38434000 Analysers
38434500 Biochemical analysers
38434510 Cytometers
38434520 Blood analysers
38434540 Biomedical equipment
38434550 Blood-cell counters
38434570 Haematology analysers
38434580 Immunoassay analysers
50400000 Repair and maintenance services of medical and precision equipment
50410000 Repair and maintenance services of measuring, testing and checking apparatus
50411000 Repair and maintenance services of measuring apparatus
50412000 Repair and maintenance services of testing apparatus
50413000 Repair and maintenance services of checking apparatus
50433000 Calibration services
71900000 Laboratory services
85111800 Pathology services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 3 000 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: 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 fundsThe 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.
II.2)Description
II.2.1)Title:
Research and Development Goods and Services
Lot No: 2
II.2.2)Additional CPV code(s)33000000 Medical equipments, pharmaceuticals and personal care products
33100000 Medical equipments
33600000 Pharmaceutical products
38430000 Detection and analysis apparatus
38433100 Mass spectrometer
38434500 Biochemical analysers
38434510 Cytometers
38434520 Blood analysers
38434540 Biomedical equipment
38434550 Blood-cell counters
38434570 Haematology analysers
38434580 Immunoassay analysers
50410000 Repair and maintenance services of measuring, testing and checking apparatus
50411000 Repair and maintenance services of measuring apparatus
50412000 Repair and maintenance services of testing apparatus
50413000 Repair and maintenance services of checking apparatus
50430000 Repair and maintenance services of precision equipment
71900000 Laboratory services
73111000 Research laboratory services
85111800 Pathology services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 500 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: 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 fundsThe 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.
II.2)Description
II.2.1)Title:
Manufacturing, Product Development and Commercialisation
Lot No: 3
II.2.2)Additional CPV code(s)33000000 Medical equipments, pharmaceuticals and personal care products
33124100 Diagnostic devices
33124110 Diagnostic systems
38540000 Machines and apparatus for testing and measuring
38950000 Polymerase Chain Reaction (PCR) equipment
38970000 Research, testing and scientific technical simulator
71900000 Laboratory services
72244000 Prototyping services
73100000 Research and experimental development services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 500 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: 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 fundsThe 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.
II.2)Description
II.2.1)Title:
Clinical Laboratory Diagnostic Testing Services
Lot No: 4
II.2.2)Additional CPV code(s)33000000 Medical equipments, pharmaceuticals and personal care products
64120000 Courier services
71900000 Laboratory services
73111000 Research laboratory services
85111800 Pathology services
85145000 Services provided by medical laboratories
85148000 Medical analysis services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 15 000 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: 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 fundsThe 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.