National Microbiology Framework - Lot 2: Research and Development Goods and Services
A Contract Award Notice
by PUBLIC HEALTH ENGLAND
- Source
- Find a Tender
- Type
- Framework (Goods)
- Duration
- 4 year (est.)
- Value
- £2B
- Sector
- HEALTH
- Published
- 23 Apr 2021
- Delivery
- To 24 Apr 2025 (est.)
- Deadline
- n/a
Concepts
Location
United Kingdom:
1 buyer
- Public Health England London
69 suppliers
- Mornington 2000LLP Harrogate
- Amenarini Diagnostics Wokingham
- Abbott Rapid Diagnostics Stockport
- Abcam Cambridge
- Acarrier Thornton
- Agena Bioscience Hamburg
- Appleton Woods Birmingham
- Ausdiagnostics Chesham
- Becton Dickinson Wokingham
- Bgi Genomics London
- Bioconnections Wetherby
- Eurofins Biomnis Wolverhampton
- Bio Rad Laboratories Watford
- Bioserv Cambridge
- Biospyder Technologies California
- Bio Techne Abingdon
- Cambridge Bioscience Cambridge
- Cambridge Life Sciences Ely
- Clent Life Science Stourbridge
- Don Whitley Scientific Bingley
- Euroimmun London
- Europlaz Technologies Essex
- Fisher Scientific Loughborough
- Fujirebio Europe Berlin
- Genefirst Abingdon
- Global Life Sciences Solutions Operations Sheffield
- Greiner Bio One Stonehouse
- Hamilton Robotics Birmingham
- Healthlinked Bathgate
- Hologic Wythenshawe
- Illumina Cambridge Great Abington
- Immensa Health Clinic London
- Intertek Testing & Certification Essex
- LGC Genomics Middlesex
- Life Technologies Paisley
- Luminex Corporation Texas
- Malvern Medical Developments Worcester
- Mgi International Sales Shek Mun
- Microbial Genomics Hove
- Natural History Museum Trading London
- Oxford Biosystems Abingdon
- New England Biolabs Hitchin
- Oxford Immunotec Abingdon
- Oxford Nanopore Diagnostics Oxford
- PCR Biosystems London
- Perkinelmer LAS Beaconsfield
- Promake London
- Promega Southampton
- Qiagen Manchester
- Quanterix Corporation Billerica
- Quantumdx Group Newcastle upon Tyne
- Randox Laboratories Crumlin
- Roche Diagnostics Burgess Hill
- Sarstedt Leicester
- Scientific Laboratory Supplies Hessle
- Siemens Healthcare Diagnostics Surrey
- Stratech Scientific Ely
- Sysmex Milton Keynes
- Tecan Theale
- Techno Path Distribution Ballina
- Teva Castleford
- Thermo Electron Manufacturing Altrincham
- Thermo Fisher Diagnostics Altrincham
- Thermofisher Scientific Newport
- Una Health Stoke on Trent
- V H Bio Gateshead
- VWR Lutterworth
- Wolf Laboratories York
- Yourgene Health Manchester
Description
Lot 2 is for the supply of goods and/or services for the qualitative/quantitative examination of specimens/samples and the development of assays/kits/medical or therapeutic products. This Lot consists of goods and services mainly for research and development, experimentation and study therefore CE marked (or UKCA marked) is not mandatory. This Lot includes provisions for reagent rental and managed equipment services. Please note that this Award Notice is for Lot 2, however the Framework Agreement encompasses the following four lots: - 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
Total Quantity or Scope
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. 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.
Award Detail
1 | Mornington 2000LLP (Harrogate)
|
2 | Amenarini Diagnostics (Wokingham)
|
3 | Abbott Rapid Diagnostics (Stockport)
|
4 | Abcam (Cambridge)
|
5 | Acarrier (Thornton)
|
6 | Agena Bioscience (Hamburg)
|
7 | Appleton Woods (Birmingham)
|
8 | Ausdiagnostics (Chesham)
|
9 | Becton Dickinson (Wokingham)
|
10 | Bgi Genomics (London)
|
11 | Bioconnections (Wetherby)
|
12 | Eurofins Biomnis (Wolverhampton)
|
13 | Bio Rad Laboratories (Watford)
|
14 | Bioserv (Cambridge)
|
15 | Biospyder Technologies (California)
|
16 | Bio Techne (Abingdon)
|
17 | Cambridge Bioscience (Cambridge)
|
18 | Cambridge Life Sciences (Ely)
|
19 | Clent Life Science (Stourbridge)
|
20 | Don Whitley Scientific (Bingley)
|
21 | Euroimmun (London)
|
22 | Europlaz Technologies (Essex)
|
23 | Fisher Scientific (Loughborough)
|
24 | Fujirebio Europe (None)
|
25 | Genefirst (Abingdon)
|
26 | Global Life Sciences Solutions Operations (Sheffield)
|
27 | Greiner Bio One (Stonehouse)
|
28 | Hamilton Robotics (Birmingham)
|
29 | Healthlinked (Bathgate)
|
30 | Hologic (Wythenshawe)
|
31 | Illumina Cambridge (Great Abington)
|
32 | Immensa Health Clinic (London)
|
33 | Intertek Testing & Certification (Essex)
|
34 | LGC Genomics (Middlesex)
|
35 | Life Technologies (Paisley)
|
36 | Luminex Corporation (Texas)
|
37 | Malvern Medical Developments (Worcester)
|
38 | Mgi International Sales (Shek Mun)
|
39 | Microbial Genomics (Hove)
|
40 | Natural History Museum Trading (London)
|
41 | Oxford Biosystems (Abingdon)
|
42 | New England Biolabs (Hitchin)
|
43 | Oxford Immunotec (Abingdon)
|
44 | Oxford Nanopore Diagnostics (Oxford)
|
45 | PCR Biosystems (London)
|
46 | Perkinelmer LAS (Beaconsfield)
|
47 | Promake (London)
|
48 | Promega (Southampton)
|
49 | Qiagen (Manchester)
|
50 | Quanterix Corporation (Billerica)
|
51 | Quantumdx Group (Newcastle upon Tyne)
|
52 | Randox Laboratories (Crumlin)
|
53 | Roche Diagnostics (Burgess Hill)
|
54 | Sarstedt (Leicester)
|
55 | Scientific Laboratory Supplies (Hessle)
|
56 | Siemens Healthcare Diagnostics (Surrey)
|
57 | Stratech Scientific (Ely)
|
58 | Sysmex (Milton Keynes)
|
59 | Tecan (Theale)
|
60 | Techno Path Distribution (Ballina)
|
61 | Teva (Castleford)
|
62 | Thermo Electron Manufacturing (Altrincham)
|
63 | Thermo Fisher Diagnostics (Altrincham)
|
64 | Thermofisher Scientific (Newport)
|
65 | Una Health (Stoke on Trent)
|
66 | V H Bio (Gateshead)
|
67 | VWR (Lutterworth)
|
68 | Wolf Laboratories (York)
|
69 | Yourgene Health (Manchester)
|
Renewal 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.
Award Criteria
price | _ |
CPV Codes
- 33000000 - Medical equipments, pharmaceuticals and personal care products
Indicators
- Options are available.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** 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).
Reference
- ocds-h6vhtk-02a9d6
- FTS 008805-2021