Planning

Prior Information Notice - Lateral Flow Testers

  • Driver and Vehicle Licensing Agency

F01: Prior information notice (prior information only)

Notice identifier: 2022/S 000-001102

Procurement identifier (OCID): ocds-h6vhtk-030ae6

Published 13 January 2022, 10:55pm



Section one: Contracting authority

one.1) Name and addresses

Driver and Vehicle Licensing Agency

Swansea

Email

jonathan.young@dvla.gov.uk

Country

United Kingdom

NUTS code

UKL18 - Swansea

Internet address(es)

Main address

www.gov.uk

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Prior Information Notice - Lateral Flow Testers

two.1.2) Main CPV code

  • 85141200 - Services provided by nurses

two.1.3) Type of contract

Services

two.1.4) Short description

DVLA has a potential upcoming opportunity for a Lateral Flow Testing (LFT) company to support and provide Lateral Flow Testing to its staff in line with the Agency’s critical testing activity, recommended by Public Health Wales.

Organisations providing any LFT testing service must meet the minimum standards in general population COVID-19 testing (domestic asymptomatic), please see link embedded within this notice.

DVLA’s aim is to combat the spread of COVID-19 in the workplace, protecting its staff and wider community.

The requirement is for 4-6 LFT assistants to begin work on 21 July 2022 to 5 January 2023. The work is for 24 weeks, split into 4 x 6-week sections with the option to continue or cease taken 2 weeks before the end of the session in use. The LFT assistants will be required, 5 days per week Monday-Friday, 8:30 to 17:00 on a number of DVLA sites.

The Invitation to Tender will be published on Contracts Finder with an estimated launch date of February 2022. Please could you register interest on whether you would like to be informed when this opportunity comes to market.

Any questions about this opportunity can be directed to Jonathan.Young@dvla.gov.uk

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKL18 - Swansea

two.2.4) Description of the procurement

DVLA has a potential upcoming opportunity for a Lateral Flow Testing (LFT) company to support and provide Lateral Flow Testing to its staff in line with the Agency’s critical testing activity, recommended by Public Health Wales.

Organisations providing any LFT testing service must meet the minimum standards in general population COVID-19 testing (domestic asymptomatic), please see link within this notice.

DVLA’s aim is to combat the spread of COVID-19 in the workplace, protecting its staff and wider community.

The requirement is for 4-6 LFT assistants to begin work on 21 July 2022 to 5 January 2023. The work is for 24 weeks, split into 4 x 6-week sections with the option to continue or cease taken 2 weeks before the end of the session in use. The LFT assistants will be required, 5 days per week Monday-Friday, 8:30 to 17:00 on a number of DVLA sites.

The Invitation to Tender will be published on Contracts Finder with an estimated launch date of February 2022. Please could you register interest on whether you would like to be informed when this opportunity comes to market. Any questions about this opportunity can be directed to Jonathan.Young@dvla.gov.uk

two.2.14) Additional information

https://www.gov.uk/government/publications/minimum-standards-for-private-sector-providers-of-covid-19-testing/general-population-covid-19-testing-domestic-asymptomatic-minimum-standards-for-providers

two.3) Estimated date of publication of contract notice

13 January 2022


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No