Tender

Test and Trace Service Evaluation for Covid-19 Testing

  • Test and Trace

F02: Contract notice

Notice identifier: 2021/S 000-017086

Procurement identifier (OCID): ocds-h6vhtk-02ca2c

Published 20 July 2021, 3:00pm



Section one: Contracting authority

one.1) Name and addresses

Test and Trace

39 Victoria St

London

SW1H0EU

Contact

Jeffrey Muthee

Email

jeffrey.muthee@dhsc.gov.uk

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