Planning

Provision of RT-qPCR Results Analysis Software Solution

DEPARTMENT OF HEALTH AND SOCIAL CARE (T&T)

This public procurement record has 1 release in its history.

Planning

03 Mar 2021 at 09:49

Summary of the contracting process

The Department of Health and Social Care (T&T) is initiating a procurement process for the provision of an RT-qPCR Results Analysis Software Solution. This process falls under the "planning" stage and aims to secure software services critical for Covid-19 testing at selected Lighthouse Laboratories across the United Kingdom. The contract, with a value of £8,100,000, is set to commence on 1st July 2021, with an expected operational life of up to 36 months, inclusive of possible extensions. Interested suppliers must submit their Expressions of Interest by 16th March 2021.

This tender presents a significant opportunity for software development firms, particularly those specialising in medical diagnostics and laboratory information systems. Companies that can demonstrate capacity to deliver high-availability solutions compliant with UK laboratory standards, such as ISO 15189 and ISO 27001, are encouraged to participate. The need for robust integration and support services, along with training for users, also opens avenues for businesses in training and ongoing support sectors, enabling them to scale their offerings in a highly demanding and specialized market.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Provision of RT-qPCR Results Analysis Software Solution

Notice 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. 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 tender 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(tm) 12K Flex * QuantStudio(tm) 7 Flex These 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 factors The 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. Please complete the Expression of Interest (EOI) by registering on our e-sourcing portal (at http://health.atamis.co.uk), downloading and completing the EOI template1 and returning it to us, via the portal no later than 16-03-2021. The publication of this prior information notice is for a) notifying the market about this upcoming procurement and b) notifying the market about the early drafts of some of the tender documents including proposed terms and conditions & high-level evaluation criteria.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-2020fc90-eae8-4bbd-85a5-f34fa905ecad
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/dc0da05b-48ee-4365-9e66-61073881fc0a
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planned Procurement Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72260000 - Software-related services

Notice Value(s)

Tender Value
£8,100,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Mar 20215 years ago
Submission Deadline
Not specified
Future Notice Date
22 Mar 2021Expired
Award Date
Not specified
Contract Period
30 Jun 2021 - 30 Jun 2022 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF HEALTH AND SOCIAL CARE (T&T)
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1H 0EU
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-2020fc90-eae8-4bbd-85a5-f34fa905ecad-2021-03-03T09:49:25Z",
    "date": "2021-03-03T09:49:25Z",
    "ocid": "ocds-b5fd17-2020fc90-eae8-4bbd-85a5-f34fa905ecad",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/dc0da05b-48ee-4365-9e66-61073881fc0a",
                "datePublished": "2021-03-03T09:49:25Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "Link",
                "description": "RA procurement - Expression of Interest template v1",
                "url": "https://atamis-1928.cloudforce.com/sfc/p/0O000000rwim/a/4J000000kHLs/NzErMHpIVd.uD0hF6BTDbq5uXTLqXj_PtX_glD7Pg0w"
            },
            {
                "id": "3",
                "documentType": "Link",
                "description": "RA procurement - high level evaluation criteria vDRAFT",
                "url": "https://atamis-1928.cloudforce.com/sfc/p/0O000000rwim/a/4J000000kHLn/sGg206pMatApDEhaZBuuzq0hgNhlSf1oy4CowloRD9Q"
            },
            {
                "id": "4",
                "documentType": "Link",
                "description": "RA Software Licence and Support Services vDRAFT",
                "url": "https://atamis-1928.cloudforce.com/sfc/p/0O000000rwim/a/4J000000kHLT/nVZOchmDzWFCCftVFR9X0s7FHP8QlvlO6lfBRMe86QM"
            }
        ]
    },
    "tender": {
        "id": "CF-0126300D0O000000rwimUAA1",
        "title": "Provision of RT-qPCR Results Analysis Software Solution",
        "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. 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 tender 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(tm) 12K Flex * QuantStudio(tm) 7 Flex These 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 factors The 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. Please complete the Expression of Interest (EOI) by registering on our e-sourcing portal (at http://health.atamis.co.uk), downloading and completing the EOI template1 and returning it to us, via the portal no later than 16-03-2021. The publication of this prior information notice is for a) notifying the market about this upcoming procurement and b) notifying the market about the early drafts of some of the tender documents including proposed terms and conditions & high-level evaluation criteria.",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "72260000",
            "description": "Software-related services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1H 0EU"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 8100000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "communication": {
            "futureNoticeDate": "2021-03-22T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2021-07-01T00:00:00+01:00",
            "endDate": "2022-06-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-164101",
            "name": "Department of Health and Social Care (T&T)",
            "identifier": {
                "legalName": "Department of Health and Social Care (T&T)"
            },
            "address": {
                "streetAddress": "39 Victoria street",
                "locality": "London",
                "postalCode": "SW1H 0EU",
                "countryName": "GB"
            },
            "contactPoint": {
                "name": "Vinit Goswami",
                "email": "vinit.goswami@dhsc.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-164101",
        "name": "Department of Health and Social Care (T&T)"
    }
}