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.
Lot Information
Lot 1
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 FlexThese 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 factorsThe 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02974b
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004067-2021
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- 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
72200000 - Software programming and consultancy services
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
- 1 Mar 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 1 Mar 2021Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF HEALTH AND SOCIAL CARE
- Contact Name
- Vinit Goswami
- Contact Email
- vinit.goswami@dhsc.gov.uk
- Contact Phone
- Not specified
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
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-h6vhtk-02974b-2021-03-01T17:50:17Z",
"date": "2021-03-01T17:50:17Z",
"ocid": "ocds-h6vhtk-02974b",
"description": "Please complete the attached Expression of Interest (EOI) by registering on our e-sourcing portal, completing the answers to the below questions and returning it to us, via the portal no later than 16-03-2021.Estimated date of publication of contract notice: 22 March 2021The 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. Whilst the Authorities expects to proceed to procurement in due course, there is no obligation to do so as a consequence of this early notification.The publication of any documents at this stage is intended to provide potential bidders with the opportunity to view and comments. The Authority does not intend to be bound by any information at this stage. The Authority makes no commitment to incorporate any recommendations or suggestions 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.",
"initiationType": "tender",
"tender": {
"id": "C23543",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of RT-qPCR Results Analysis Software Solution",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "72260000",
"description": "Software-related services"
},
"mainProcurementCategory": "services",
"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.",
"value": {
"amount": 8100000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"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 FlexThese 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 factorsThe 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.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72200000",
"description": "Software programming and consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2021-03-01T00:00:00Z",
"atypicalToolUrl": "http://health.atamis.co.uk"
},
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-43",
"name": "Department of Health and Social Care",
"identifier": {
"legalName": "Department of Health and Social Care"
},
"address": {
"streetAddress": "39 Victoria Street",
"locality": "London",
"region": "UKI32",
"postalCode": "SW1H 0EU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Vinit Goswami",
"email": "vinit.goswami@dhsc.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
"buyerProfile": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-43",
"name": "Department of Health and Social Care"
},
"language": "en"
}