Notice Information
Notice Title
Provision of Lateral Flow Test Device Vision Reader
Notice Description
The strategic end state for Lateral Flow Device (LFD) COVID-19 testing is one where citizens can test themselves using LFDs and report results without professional assistance with either the swabbing or the test analysis. This Letter of Intent is for proof of concept work to demonstrate computer vision technology that will automatically analyse test results from photos captured by the users.
Lot Information
Lot 1
The strategic end state for Lateral Flow Device (LFD) COVID-19 testing is one where citizens can test themselves using LFDs and report results without professional assistance with either the swabbing or the test analysis. This Letter of Intent is for proof of concept work to demonstrate computer vision technology that will automatically analyse test results from photos captured by the users.
Procurement Information
1. On 11 March 2020 the World Health Organisation declared a COVID-19 pandemic with the associated serious risk to life. The UK Government's response to the national emergency posed by COVID-19 includes the putting in place by it of arrangements for large-scale testing in respect of COVID-19 on an urgent basis. 2. As part of those arrangements, DHSC needs to acquire products in order to implement the large-scale antigen testing programme necessary to build a profile of the spread of COVID-19 and to prevent further loss of human life and to allow the population to return to work safely. A part of its procurement strategy is the procurement of technology which enables citizens to test themselves using lateral flow devices and report results to Test and Trace without professional assistance. 3. DHSC is satisfied that the tests permitting use of the Negotiated procedure without prior publication (Regulation 32(2)(b)(ii)) are met because:A. The works, supplies or services can be supplied only by a particular economic operator as competition is absent for technical reasons: The proof of concept work being carried out by the supplier is to demonstrate, refine and retrain specialist software and algorithms which are protected by IPRs held solely by the supplier. No other supplier is capable of providing the same software, technology and algorithm in the short time frames required for the pilot phase of the proof of concept which is a pre-condition to the roll out of the technology to NHS professionals and in time the general public. B. No reasonable alternative or substitute exists: There is no reasonable alternative operator who can provide the technology, software and algorithms to run the proof of concept and pilot the expanded testing capabilities without interruption at this stage. The imperative of innovation and the need to rapidly expand the scope and capacity of testing services is critical to England's response to the COVID-19 outbreak and the significant benefits of successful containment of the spread of the virus is self-evident. If DHSC is unable to continue with its investigations into innovative solutions that could rapidly increase testing capacity and speeds, this may have a catastrophic impact on its strategy and could result in further spreading of the virus due to difficulties in testing and isolating those who have tested positive. C. The absence of competition is not the result of an artificial narrowing down of the parameters of the procurement: This procurement is part of a procurement strategy by the UK government to increase testing capacity exponentially to meet demand due to the Covid-19 pandemic.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-029877
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004384-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £247,000 £100K-£500K
Notice Dates
- Publication Date
- 4 Mar 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 3 Feb 20215 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF HEALTH AND SOCIAL CARE
- Contact Name
- Not specified
- Contact Email
- procurement.operations@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-029877-2021-03-04T17:16:02Z",
"date": "2021-03-04T17:16:02Z",
"ocid": "ocds-h6vhtk-029877",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-029877",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Lateral Flow Test Device Vision Reader",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "The strategic end state for Lateral Flow Device (LFD) COVID-19 testing is one where citizens can test themselves using LFDs and report results without professional assistance with either the swabbing or the test analysis. This Letter of Intent is for proof of concept work to demonstrate computer vision technology that will automatically analyse test results from photos captured by the users.",
"lots": [
{
"id": "1",
"description": "The strategic end state for Lateral Flow Device (LFD) COVID-19 testing is one where citizens can test themselves using LFDs and report results without professional assistance with either the swabbing or the test analysis. This Letter of Intent is for proof of concept work to demonstrate computer vision technology that will automatically analyse test results from photos captured by the users.",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"coveredBy": [
"GPA"
],
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_TECHNICAL",
"description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
}
],
"procurementMethodRationale": "1. On 11 March 2020 the World Health Organisation declared a COVID-19 pandemic with the associated serious risk to life. The UK Government's response to the national emergency posed by COVID-19 includes the putting in place by it of arrangements for large-scale testing in respect of COVID-19 on an urgent basis. 2. As part of those arrangements, DHSC needs to acquire products in order to implement the large-scale antigen testing programme necessary to build a profile of the spread of COVID-19 and to prevent further loss of human life and to allow the population to return to work safely. A part of its procurement strategy is the procurement of technology which enables citizens to test themselves using lateral flow devices and report results to Test and Trace without professional assistance. 3. DHSC is satisfied that the tests permitting use of the Negotiated procedure without prior publication (Regulation 32(2)(b)(ii)) are met because:A. The works, supplies or services can be supplied only by a particular economic operator as competition is absent for technical reasons: The proof of concept work being carried out by the supplier is to demonstrate, refine and retrain specialist software and algorithms which are protected by IPRs held solely by the supplier. No other supplier is capable of providing the same software, technology and algorithm in the short time frames required for the pilot phase of the proof of concept which is a pre-condition to the roll out of the technology to NHS professionals and in time the general public. B. No reasonable alternative or substitute exists: There is no reasonable alternative operator who can provide the technology, software and algorithms to run the proof of concept and pilot the expanded testing capabilities without interruption at this stage. The imperative of innovation and the need to rapidly expand the scope and capacity of testing services is critical to England's response to the COVID-19 outbreak and the significant benefits of successful containment of the spread of the virus is self-evident. If DHSC is unable to continue with its investigations into innovative solutions that could rapidly increase testing capacity and speeds, this may have a catastrophic impact on its strategy and could result in further spreading of the virus due to difficulties in testing and isolating those who have tested positive. C. The absence of competition is not the result of an artificial narrowing down of the parameters of the procurement: This procurement is part of a procurement strategy by the UK government to increase testing capacity exponentially to meet demand due to the Covid-19 pandemic."
},
"awards": [
{
"id": "004384-2021-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-7582",
"name": "Sensyne Health Group Limited"
}
]
}
],
"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": {
"email": "Procurement.Operations@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"
}
]
}
},
{
"id": "GB-FTS-7582",
"name": "Sensyne Health Group Limited",
"identifier": {
"legalName": "Sensyne Health Group Limited",
"id": "11240986"
},
"address": {
"streetAddress": "Schrodinger Building Heatley Road, Oxford Science Park",
"locality": "Oxford",
"region": "UK",
"postalCode": "OX4 4GE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-497",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "generaloffice@administrativecourtoffice.justice.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.gov.uk/courts-tribunals"
}
}
],
"buyer": {
"id": "GB-FTS-43",
"name": "Department of Health and Social Care"
},
"contracts": [
{
"id": "004384-2021-1",
"awardID": "004384-2021-1",
"status": "active",
"value": {
"amount": 247000,
"currency": "GBP"
},
"dateSigned": "2021-02-03T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
}
]
},
"language": "en"
}