Contract

Provision of Lateral Flow Test Device Vision Reader

  • Department of Health and Social Care

F03: Contract award notice

Notice identifier: 2021/S 000-004384

Procurement identifier (OCID): ocds-h6vhtk-029877

Published 4 March 2021, 5:16pm



Section one: Contracting authority

one.1) Name and addresses

Department of Health and Social Care

39 Victoria Street

London

SW1H 0EU

Email

Procurement.Operations@dhsc.gov.uk

Country

United Kingdom

NUTS code

UKI32 - Westminster

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health-and-social-care

Buyer's address

https://www.gov.uk/government/organisations/department-of-health-and-social-care

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Lateral Flow Test Device Vision Reader

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

The strategic end state for Lateral Flow Device (LFD) COVID-19 testing is one where citizens can test themselves using LFDs and report results without professional assistance with either the swabbing or the test analysis. This Letter of Intent is for proof of concept work to demonstrate computer vision technology that will automatically analyse test results from photos captured by the users.

two.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £247,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The strategic end state for Lateral Flow Device (LFD) COVID-19 testing is one where citizens can test themselves using LFDs and report results without professional assistance with either the swabbing or the test analysis. This Letter of Intent is for proof of concept work to demonstrate computer vision technology that will automatically analyse test results from photos captured by the users.

two.2.5) Award criteria

Price

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

  • The services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons

Explanation:

1. On 11 March 2020 the World Health Organisation declared a COVID-19 pandemic with the associated serious risk to life. The UK Government’s response to the national emergency posed by COVID-19 includes the putting in place by it of arrangements for large-scale testing in respect of COVID-19 on an urgent basis. 2. As part of those arrangements, DHSC needs to acquire products in order to implement the large-scale antigen testing programme necessary to build a profile of the spread of COVID-19 and to prevent further loss of human life and to allow the population to return to work safely. A part of its procurement strategy is the procurement of technology which enables citizens to test themselves using lateral flow devices and report results to Test and Trace without professional assistance. 3. DHSC is satisfied that the tests permitting use of the Negotiated procedure without prior publication (Regulation 32(2)(b)(ii)) are met because:A. The works, supplies or services can be supplied only by a particular economic operator as competition is absent for technical reasons: The proof of concept work being carried out by the supplier is to demonstrate, refine and retrain specialist software and algorithms which are protected by IPRs held solely by the supplier. No other supplier is capable of providing the same software, technology and algorithm in the short time frames required for the pilot phase of the proof of concept which is a pre-condition to the roll out of the technology to NHS professionals and in time the general public. B. No reasonable alternative or substitute exists: There is no reasonable alternative operator who can provide the technology, software and algorithms to run the proof of concept and pilot the expanded testing capabilities without interruption at this stage. The imperative of innovation and the need to rapidly expand the scope and capacity of testing services is critical to England’s response to the COVID-19 outbreak and the significant benefits of successful containment of the spread of the virus is self-evident. If DHSC is unable to continue with its investigations into innovative solutions that could rapidly increase testing capacity and speeds, this may have a catastrophic impact on its strategy and could result in further spreading of the virus due to difficulties in testing and isolating those who have tested positive. C. The absence of competition is not the result of an artificial narrowing down of the parameters of the procurement: This procurement is part of a procurement strategy by the UK government to increase testing capacity exponentially to meet demand due to the Covid-19 pandemic.

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

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

3 February 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

Sensyne Health Group Limited

Schrödinger Building Heatley Road, Oxford Science Park

Oxford

OX4 4GE

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

11240986

The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £247,000

Total value of the contract/lot: £247,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals