Planning

Provision of RT-qPCR Results Analysis Software Solution

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 1 release in its history.

Planning

01 Mar 2021 at 17:50

Summary of the contracting process

The Department of Health and Social Care is planning a procurement for the 'Provision of RT-qPCR Results Analysis Software Solution', which falls under the software-related services category. Estimated publication of the contract notice is set for 22 March 2021, with the deadline for submitting expressions of interest being 16 March 2021. The intended location for the delivery of this service is within the United Kingdom, and it is anticipated that the contract will have a value of £8,100,000. This procurement will follow an open tender procedure, aiming for the service to go live by July 2021 for an initial contract period of up to 36 months, including potential extensions.

This tender presents a significant opportunity for software development and consultancy firms specialising in health technology, particularly those with expertise in RT-qPCR analysis and compliance with UK laboratory standards such as ISO 15189 and ISO 27001. Companies that can provide comprehensive service offerings, including software installation, integration, and ongoing support, will be particularly well-suited to compete for this contract. Given the high throughput requirements of the Lighthouse Laboratories, businesses prepared to align their solutions with the capabilities of existing RT-qPCR instruments and respond to fluctuating Covid-19 testing demands will also find themselves in a strong position.

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 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.

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

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

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-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"
}