Planning

Provision of Lateral Flow Device Digital Reader Solution

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 1 release in its history.

Planning

24 Sep 2021 at 10:20

Summary of the contracting process

The Department of Health and Social Care is planning a tender for the "Provision of Lateral Flow Device Digital Reader Solution". This procurement falls under the Information Technology Services industry category and is located in the United Kingdom. The authority has set a total budget of £6,500,000 for this project, which aims to procure digital reading capabilities for interpreting COVID-19 lateral flow test results. The tender process is in the planning stage, with further competitions expected to launch in mid-October 2021, following internal approvals, and a planned service go-live by December 3, 2021, with contracts running until June 2, 2022. Suppliers interested in this opportunity are required to join the Spark Dynamic Purchasing System.

This procurement presents significant opportunities for businesses, particularly those specialising in technology services with a focus on artificial intelligence and machine learning. Companies that can provide innovative digital solutions that meet high standards of clinical accuracy and security requirements will be well-suited to compete. Additionally, businesses with existing certifications such as MHRA EUA or CE/CA marks for digital reader technologies may have a competitive advantage. Engaging in this tender process could enable suppliers to expand their market presence and contribute to the ongoing efforts in public health management.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Lateral Flow Device Digital Reader Solution

Notice Description

The Authority has a requirement to procure digital read capability to interpret COVID-19 Self Report LFD test kit results using images of the LFD test supplied by the user when reporting their result on the GOV.UK website. The Authority requires market-ready solutions that can integrate with its standard API specification and that meet the requisite clinical accuracy, performance, and security requirements of DHSC and other regulating bodies (as will be further detailed in the ITT). The Authority is seeking up to three different suppliers and contracts will be tendered via further competition on CCS Spark Dynamic Purchasing System (RM6094) with planned service go-live by December 2021. Interested suppliers are requested to join the Spark DPS in order to participate in the further competitions. https://www.crowncommercial.gov.uk/agreements/RM6094 The Authority expects to launch the further competitions in Mid-October, subject to internal approvals. The Authority anticipates that it may apply the following filters: * The 'Subject Area' is Health * The 'Subject Areas' services within Health is expected to be Diagnostics * the type of 'Delivery Method' services is expected to be Artificial Intelligence (AI) and Automation * 'Delivery Method' services within Artificial Intelligence (AI) and Automation, is expected to be 'Machine Learning' and 'Computer Vision' * Location services is expected to be all UK locations * Security option is expected to be Official Selected cohorts of users using the GOV.UK "Report a Lateral Flow Test Result" website are given an option to submit a photograph (image) of their LFD taken with their smart phone. The service then provides a "digital read" of their test result in real time. The GOV.UK service captures the image from the user and passes this via a standard API to a MHRA derogated cloud-based "digital read" service. The aim of the procurement activity under the Spark DPS is to procure up to three web service based digital readers, to provide technical and commercial resilience. The successful suppliers will create a RESTful web API, to a specification provided by DHSC, that will securely accept an image of a Covid-19 LFD sent by DHSC. The suppliers will provide a cloud-based digital reader service that will take each supplied LFD image, and interpret this digitally in real time, to provide an accurate test result for each image via a callback URL to a DHSC hosted API. The test result will consist of the image identifier, interpreted test result value (which can be Positive, Negative or Void) and a value which represents confidence level in the returned result. In the case where the service cannot provide a digital read of the image (an "invalid" result), the supplier service will be capable of returning a standard error code describing the reason for the failed (invalid) read. Future procurements for LFD readers may allow for LFD digital reader technical approaches beyond the API method described above. Additional information: * Must be able to evidence existing MHRA EUA as SaaMD for self-use digital reader of Covid-19 LFD or CE/CA mark equivalent (or significant progress towards obtaining either of these) where the digital read component is performed by a cloud based API. * Must be able to extend existing EUA or CE/CA to incorporate specific LFDs in use with DHSC for Self-Report covid-19 lateral flow testing. * Meet DHSC security, scalability and performance and clinical accuracy targets (as will be further detailed in the ITT). * The Suppliers will only be permitted to use UK based data centres and data processors. * The purpose of the publication of this prior information notice is to notify the market about this upcoming procurement, including the intended route to market . Whilst the Authority expects to proceed to procurement in due course, there is no obligation to do so as a consequence of this early notification. The Authority reserves the right to not commit to advertising this tender if it does not so wish. Any information provided by suppliers prior to any advertising of the tender will not be used to determine the outcome of any processes. The publication of any documentation at this stage is intended to provide potential bidders with the opportunity to review the information and provide any comments or feedback. The Authority does not intend to be bound by any of the information supplied at this stage. The Authority makes no commitment to incorporate any recommendations or suggestions which may be made within the final suite of procurement documents. Once published, the ITT will contain the final requirements in relation to this procurement. All previous versions, including any documents published at this stage should then be disregarded.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-511220eb-6abd-4f4c-b059-efa66b4b3685
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/06bf7704-b586-4a8b-a27f-c7719d1b9f58
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planned Procurement Notice
Procurement Type
Dynamic
Procurement Category
Not specified
Procurement Method
Selective
Procurement Method Details
Call-off from a dynamic purchasing system
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72222300 - Information technology services

Notice Value(s)

Tender Value
£6,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Sep 20214 years ago
Submission Deadline
Not specified
Future Notice Date
24 Sep 2021Expired
Award Date
Not specified
Contract Period
3 Dec 2021 - 2 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
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

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-b5fd17-511220eb-6abd-4f4c-b059-efa66b4b3685-2021-09-24T11:20:41+01:00",
    "date": "2021-09-24T11:20:41+01:00",
    "ocid": "ocds-b5fd17-511220eb-6abd-4f4c-b059-efa66b4b3685",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "budget": {
            "budgetBreakdown": [
                {
                    "id": "1",
                    "period": {
                        "startDate": "2021-04-01T00:00:00+01:00",
                        "endDate": "2022-03-31T23:59:59+01:00"
                    },
                    "description": "2021/2022",
                    "amount": {
                        "amount": 4333333,
                        "currency": "GBP"
                    }
                },
                {
                    "id": "2",
                    "period": {
                        "startDate": "2022-04-01T00:00:00+01:00",
                        "endDate": "2023-03-31T23:59:59+01:00"
                    },
                    "description": "2022/2023",
                    "amount": {
                        "amount": 2166667,
                        "currency": "GBP"
                    }
                }
            ]
        },
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/06bf7704-b586-4a8b-a27f-c7719d1b9f58",
                "datePublished": "2021-09-24T11:20:41+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "10023",
        "title": "Provision of Lateral Flow Device Digital Reader Solution",
        "description": "The Authority has a requirement to procure digital read capability to interpret COVID-19 Self Report LFD test kit results using images of the LFD test supplied by the user when reporting their result on the GOV.UK website. The Authority requires market-ready solutions that can integrate with its standard API specification and that meet the requisite clinical accuracy, performance, and security requirements of DHSC and other regulating bodies (as will be further detailed in the ITT). The Authority is seeking up to three different suppliers and contracts will be tendered via further competition on CCS Spark Dynamic Purchasing System (RM6094) with planned service go-live by December 2021. Interested suppliers are requested to join the Spark DPS in order to participate in the further competitions. https://www.crowncommercial.gov.uk/agreements/RM6094 The Authority expects to launch the further competitions in Mid-October, subject to internal approvals. The Authority anticipates that it may apply the following filters: * The 'Subject Area' is Health * The 'Subject Areas' services within Health is expected to be Diagnostics * the type of 'Delivery Method' services is expected to be Artificial Intelligence (AI) and Automation * 'Delivery Method' services within Artificial Intelligence (AI) and Automation, is expected to be 'Machine Learning' and 'Computer Vision' * Location services is expected to be all UK locations * Security option is expected to be Official Selected cohorts of users using the GOV.UK \"Report a Lateral Flow Test Result\" website are given an option to submit a photograph (image) of their LFD taken with their smart phone. The service then provides a \"digital read\" of their test result in real time. The GOV.UK service captures the image from the user and passes this via a standard API to a MHRA derogated cloud-based \"digital read\" service. The aim of the procurement activity under the Spark DPS is to procure up to three web service based digital readers, to provide technical and commercial resilience. The successful suppliers will create a RESTful web API, to a specification provided by DHSC, that will securely accept an image of a Covid-19 LFD sent by DHSC. The suppliers will provide a cloud-based digital reader service that will take each supplied LFD image, and interpret this digitally in real time, to provide an accurate test result for each image via a callback URL to a DHSC hosted API. The test result will consist of the image identifier, interpreted test result value (which can be Positive, Negative or Void) and a value which represents confidence level in the returned result. In the case where the service cannot provide a digital read of the image (an \"invalid\" result), the supplier service will be capable of returning a standard error code describing the reason for the failed (invalid) read. Future procurements for LFD readers may allow for LFD digital reader technical approaches beyond the API method described above. Additional information: * Must be able to evidence existing MHRA EUA as SaaMD for self-use digital reader of Covid-19 LFD or CE/CA mark equivalent (or significant progress towards obtaining either of these) where the digital read component is performed by a cloud based API. * Must be able to extend existing EUA or CE/CA to incorporate specific LFDs in use with DHSC for Self-Report covid-19 lateral flow testing. * Meet DHSC security, scalability and performance and clinical accuracy targets (as will be further detailed in the ITT). * The Suppliers will only be permitted to use UK based data centres and data processors. * The purpose of the publication of this prior information notice is to notify the market about this upcoming procurement, including the intended route to market . Whilst the Authority expects to proceed to procurement in due course, there is no obligation to do so as a consequence of this early notification. The Authority reserves the right to not commit to advertising this tender if it does not so wish. Any information provided by suppliers prior to any advertising of the tender will not be used to determine the outcome of any processes. The publication of any documentation at this stage is intended to provide potential bidders with the opportunity to review the information and provide any comments or feedback. The Authority does not intend to be bound by any of the information supplied at this stage. The Authority makes no commitment to incorporate any recommendations or suggestions which may be made within the final suite of procurement documents. Once published, the ITT will contain the final requirements in relation to this procurement. All previous versions, including any documents published at this stage should then be disregarded.",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "72222300",
            "description": "Information technology services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 6500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a dynamic purchasing system",
        "communication": {
            "futureNoticeDate": "2021-09-24T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2021-12-03T00:00:00Z",
            "endDate": "2022-06-02T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/VZqG56R7",
            "name": "DEPARTMENT OF HEALTH AND SOCIAL CARE",
            "identifier": {
                "legalName": "DEPARTMENT OF HEALTH AND SOCIAL CARE",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/VZqG56R7"
            },
            "address": {
                "streetAddress": "39 Victoria St",
                "locality": "LONDON",
                "postalCode": "SW1H 0EU",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "James Wright",
                "email": "james.wright1@dhsc.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/VZqG56R7",
        "name": "DEPARTMENT OF HEALTH AND SOCIAL CARE"
    }
}