Section one: Contracting authority
one.1) Name and addresses
Department of Health and Social Care
39 Victoria Street
London
SW1H 0EU
Contact
Procurement Operations
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
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom