Contract

Test and Trace Service Evaluation for Covid-19 Testing

  • Department of Health and Social Care

F03: Contract award notice

Notice identifier: 2021/S 000-027215

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

Published 29 October 2021, 2:59pm



Section one: Contracting authority

one.1) Name and addresses

Department of Health and Social Care

39 Victoria Street

London

SW1H 0EU

Contact

Procurement Operations

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

Test and Trace Service Evaluation for Covid-19 Testing

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Provision of Service Evaluation Services for Covid-19 Testing

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: £3,984,984

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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.2.5) Award criteria

Price

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. 6months +(4 extension periods x 6 months)).

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

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.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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-017086


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

17 September 2021

five.2.2) Information about tenders

Number of tenders received: 2

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

five.2.3) Name and address of the contractor

MAC Clinical Research Finance Limited

19 Park Road, Lytham St Annes

Lancashire

FY8 1PW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

09518942

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: £3,984,984

Total value of the contract/lot: £3,984,984


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