Section one: Contracting authority
one.1) Name and addresses
Test and Trace
39 Victoria St
London
SW1H0EU
Contact
Jeffrey Muthee
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main 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
www.contractsfinder.service.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.contractsfinder.service.gov.uk
Tenders or requests to participate must be submitted to the above-mentioned address
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
Test and Trace Service Evaluation for Covid-19 Testing
two.1.2) Main CPV code
- 73000000 - Research and development services and related consultancy services
- RA08 - In epidemiology
two.1.3) Type of contract
Services
two.1.4) Short description
Department of Health and Social Care (DHSC) is seeking Contract Research Organisation (CRO) support in managing and undertaking service evaluations. This will include evaluation initiation and delivery, site and data management, monitoring and analysis report writing in order to support UK's COVID-19 testing capabilities.
Service evaluations examine the applicability of possible services. They are designed and conducted to define or judge current services and provide a view to what standards these services achieve, as referenced by the NHS Health Research Authority (HRA). The objective of DHSC service evaluations is to generate high-quality, reliable data on COVID-19 testing services (including technologies, delivery channels and methods).
As a guide, each evaluation is run at c. 5-10 sites for c. 4-8 weeks and multiple evaluations can be run in parallel. Depending on the delivery model, each site will have 2-4 members of the evaluation team on the ground. However, this can differ and can be subject to change at short notice, typically driven by the NHS T&T strategic priorities and the epidemiology of the pandemic. While it is likely that the majority of service evaluations will be delivered via those models, given the unprecedented pace of the programme it is necessary to ensure there is flexibility in place to allow for new delivery models to be established in line with NHS T&T priorities a short notice.
two.1.5) Estimated total value
Value excluding VAT: £4,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79419000 - Evaluation consultancy services
- 79420000 - Management-related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Primary Research service for Test and Trace service evaluations for covid-19 testing.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
This contract is subject to renewal
Yes
Description of renewals
The Contract will be for an initial 6 month period with options for the Contracting Authority to extend.
Please see the description of the extension options below.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract will be for an initial 6 month period with options for the Contracting Authority to extend for up to four further periods of up to 6 months. The requirement to extend will be reviewed by Contracting Authority on a five monthly basis (i.e. 6 months +(4 extension periods x 6 months)).
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
Accelerated procedure
Justification:
As this is a critical service that the current incumbent has been providing NHS T&T, it has been imperative to identify a new CRO (Contract Research Organisation) to take over the service once the existing incumbent's contract expires by the end September 2021. As part of allocating a new CRO a handover/knowledge transfer from the incumbent provider is required to ensure a smooth transition and business continuity. We are using an accelerated open procedure to ensure that we are not only able to allocate a new CRO in time, but we are also able to ensure the optimal transition from one provider to the other.
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
3 August 2021
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 August 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
Participants wanting to take part in this tender will need to email Jeffrey.muthee@DHSC.gov.uk to confirming that they would like to participate. The tender documents will then be sent via email for your review and completion. All communications will be made via email including bid submissions.
Mailbox will be monitored between 9am - 4pm Monday to Friday.
six.4) Procedures for review
six.4.1) Review body
Department of Health and Social Care
London
Country
United Kingdom