Contract

Lateral Flow Testing

  • Bracknell Forest Borough Council

F03: Contract award notice

Notice identifier: 2021/S 000-003167

Procurement identifier (OCID): ocds-h6vhtk-0293c6

Published 17 February 2021, 10:17am



Section one: Contracting authority

one.1) Name and addresses

Bracknell Forest Borough Council

Time Square, Market Street

Bracknell

RG12 1JD

Email

Procurement.Team@Bracknell-Forest.gov.uk

Telephone

+44 1344352000

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Internet address(es)

Main address

http://www.bracknell-forest.gov.uk

Buyer's address

http://www.bracknell-forest.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Lateral Flow Testing

Reference number

DN526579

two.1.2) Main CPV code

  • 85140000 - Miscellaneous health services

two.1.3) Type of contract

Services

two.1.4) Short description

Staffing and logistics to deliver lateral flow testing (LFT) services within Bracknell Forest Borough.

The contract is for a maximum period of 12 months, to a maximum value of £950,000.00.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £750,000 / Highest offer: £950,000 taken into consideration

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire

two.2.4) Description of the procurement

Staffing and logistics to deliver lateral flow testing (LFT) services for SARS-Cov-2 within Bracknell Forest Borough, commencing with 3 sites for phase 1.

This will be provided through a high quality, accessible and equitable service for people who are asymptomatic. The supplier will:

• Provide a free service to service-users at point of delivery

• Undertake Lateral flow tests at sites specified by the council and within defined opening times

• Deliver in line with the LFT Standard Operating Procedure, published by Department

of Health & Social Care

• Work in partnership with the Council to set up and management the site

• Deliver a COVID-19 safe service with social distancing, personal protective equipment and face coverings

• Deliver the service using appropriately trained staff, this will include a clinician onsite

• Provide timely upload to the data collection website

• Report on the number of tests taken daily for the initial two weeks, and move to weekly monitoring

• Collect demographic data – sex, age, postcode and contact details of each individual tested

• Advise the public on their test result and the need for whole household isolation and a confirmatory swab test (PCR test) in the case of a positive test

• Provide daily reports on testing activity and % positive (moving to weekly after two weeks)

• Deliver the service in line with appropriate clinical and information governance throughout the testing process.

Contract is for a maximum period of 12 months, to a maximum value of £950,000.00.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Price - Weighting: 0

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • Extreme urgency brought about by events unforeseeable for the contracting authority

Explanation:

1) The Covid-19 outbreak is a public health emergency of international concern declared by WHO on 30 January 2020. The WHO Director General characterised Covid-19 as a pandemic on 11 March 2020.

2) An important element of ensuring an appropriate response is ensuring adequate testing and the Council is satisfied that the tests permitting use of the negotiated procedure without prior publication (Regulation 32(2)(c)) are met:

(a) As far as is strictly necessary: The lateral flow tests were identified as strictly necessary to meet the demand to scale up the UK’s mass testing programme.

(b) There are genuine reasons for extreme urgency: the global demand for rapid antigen detection tests based on lateral flow technology (lateral flow devices, LFD) has recently significantly increased. The Council has been instructed by Government to rapidly test the local population to assist in the reduction of the Covid-19 infection rate across the Borough.

(c) The events that have led to the need for extreme urgency were unforeseeable: the timing of availability of new Covid-19 lateral flow test technology meeting the UK technical requirements combined with international demand and limited global capacity was not foreseeable.

(d) It is impossible to comply with the usual timescales in the Public Contracts Regulations: it is not possible to comply with the timescales of another procedure due to the urgent requirement to ensure the provision of the lateral flow tests services within the Bracknell Forest Borough.

(e) The situation is not attributable to the contracting authority – the Council has not done anything to cause or contribute to the need for extreme urgency.

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

The procurement is covered by the Government Procurement Agreement: No


Section five. Award of contract

Contract No

PO183078

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 January 2021

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Solutions 4 Health Ltd

Unit 1, Thames Court, 2 Richfield Avenue

READING

Berkshire

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £750,000 / Highest offer: £950,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court

Strand

LONDON

WC2 2LL

Country

United Kingdom