Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/dc0da05b-48ee-4365-9e66-61073881fc0a
3rd March 2021 - Future opportunity notice on Contracts Finder -
https://atamis-1928.cloudforce.com/sfc/p/0O000000rwim/a/4J000000kHLs/NzErMHpIVd.uD0hF6BTDbq5uXTLqXj_PtX_glD7Pg0w
RA procurement - Expression of Interest template v1 -
https://atamis-1928.cloudforce.com/sfc/p/0O000000rwim/a/4J000000kHLn/sGg206pMatApDEhaZBuuzq0hgNhlSf1oy4CowloRD9Q
RA procurement - high level evaluation criteria vDRAFT -
https://atamis-1928.cloudforce.com/sfc/p/0O000000rwim/a/4J000000kHLT/nVZOchmDzWFCCftVFR9X0s7FHP8QlvlO6lfBRMe86QM
RA Software Licence and Support Services vDRAFT
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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)"
}
}