Tender

Provision of RT-qPCR Results Analysis Software Solution

  • Department of Health and Social Care

F02: Contract notice

Notice identifier: 2021/S 000-006853

Procurement identifier (OCID): ocds-h6vhtk-02a236

Published 1 April 2021, 3:08pm



Section one: Contracting authority

one.1) Name and addresses

Department of Health and Social Care

39 Victoria Street

London

SW1H 0EU

Contact

Vinit Goswami

Email

vinit.goswami@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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

http://health.atamis.co.uk

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 RT-qPCR Results Analysis Software Solution

Reference number

C23547

two.1.2) Main CPV code

  • 72260000 - Software-related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority has a requirement to procure an RT-qPCR Results Analysis software solution for use by a number of the Lighthouse Laboratories undertaking Covid-19 testing.

two.1.5) Estimated total value

Value excluding VAT: £8,100,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72200000 - Software programming and consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The Authority has a requirement to procure an RT-qPCR Results Analysis software solution for use by a number of the Lighthouse Laboratories undertaking Covid-19 testing. The existing contract is nearing expiration and there is a requirement for the service to be re-procured.The contract will be tendered via an open procedure with planned service go-live by July 2021 for a contract period of up to 36 months – an initial 12 months plus optional two 1-year extensions. The requirement is for a software service that conducts interpretative medical diagnostics of SARS-CoV-2 virus (Covid-19) tests, controls elements of workflow of the RT-qPCR instruments and issues high volume results outputs from the RT-qPCR instruments. The software service will cover the use of the RT-qPCR machines already procured by the Customer located at the United Kingdom’s Lighthouse Laboratories.The software will need to meet relevant UK laboratory standards. This will include but not be limited to: ISO 15189, ISO 27001. The Results Analysis software must have the capability to receive, store and analyse instrumentation outputs from various RT-qPCR platforms including, but not limited to• 7500 Fast Systems • QuantStudio™ 12K Flex• QuantStudio™ 7 FlexThese include instrument reporting measures for diagnostic process quality control, RT-qPCR assay readouts from the aforementioned systems and diagnostic result determination specific to the RT-qPCR results.Results will be output to the Laboratory Information Management System (LIMS) at each of the Lighthouse Laboratories (currently subject of a separate procurement).The software must be designed for high availability and resilience to hardware, software and network failure. Laboratory maximum capacity for RT-PCR will be in the range 75,000-100,000 samples tested per day per laboratory, with actual throughput dependent on the number of subjects being tested in the population. Capacity varies significantly across the different labs. Actual requirements will depend on then current SARS-CoV-2 virus (Covid-19) testing requirement, and will depend on overall infection levels and other factorsThe software supplier will include an installation and integration service, a support service, training for users and administrators of the service. The system will include a capability to output reports for the production of management information.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £8,100,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

1.3 The initial term of the contract shall commence on Contract Award for a period of 12 months with an option to extend for a further 24 months (2 extension periods of 12 months). The term of the software licenses shall commence after software is configured, implemented and gone live after user acceptance testing. The estimated value is for the full term including extension terms.

two.2.10) Information about variants

Variants will be accepted: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

1 May 2021

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 May 2021

Local time

4:00pm

Place

Internet/Atamis


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court

39 Victoria Street

London

SW1H 0EU

Country

United Kingdom

Internet address

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

six.4.2) Body responsible for mediation procedures

High Court

39 Victoria Street

London

SW1H 0EU

Country

United Kingdom

Internet address

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