Award

Provision of Lateral Flow Test Device Vision Reader

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 1 release in its history.

Award

04 Mar 2021 at 17:16

Summary of the contracting process

The tender, titled "Provision of Lateral Flow Test Device Vision Reader," was initiated by the Department of Health and Social Care (DHSC) in the UK, focusing on IT services related to consulting, software development, and support. Currently in the Award stage, the contract was signed on 3rd February 2021, with a total value of £247,000. The tender aimed to develop technology for citizens to self-test for COVID-19 using lateral flow devices and report results without professional assistance. This initiative is crucial for the UK's strategy to manage the COVID-19 pandemic and was processed using a limited procurement method due to the urgent need for specific technical solutions.

This contract presents significant opportunities for businesses, particularly those specialising in technology development, software solutions, and healthcare innovations. Companies that possess expertise in computer vision and automated analysis technologies would be particularly well-suited to compete. As the focus is on enhancing testing capabilities and addressing public health needs, businesses capable of aligning their offerings with these goals could find potential for growth, especially in the evolving landscape of digital health solutions.

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 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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

SENSYNE HEALTH GROUP

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-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"
}