Award

Provision of Support Services for Lateral Flow Testing

SLOUGH BOROUGH COUNCIL

This public procurement record has 1 release in its history.

Award

30 Apr 2021 at 14:18

Summary of the contracting process

The procurement process is led by Slough Borough Council, aiming to secure the provision of support services for lateral flow testing related to COVID-19. This contract falls under the health services category, specifically addressing miscellaneous health services. The procurement is currently in the Award stage, with an active contract signed on 29 April 2021. This project is situated in Slough, UK, and the procurement method utilised is a limited tender, negotiated without prior publication of a notice due to extreme urgency driven by the pandemic. Key elements of the contract include operational duties at the specified testing sites and adherence to comprehensive health and safety guidelines.

This tender represents significant opportunities for businesses specialising in healthcare services, logistics management, and staffing. Organisations equipped to provide trained personnel and capable of delivering COVID-19 testing in compliance with government protocols would be particularly well-suited to compete. The nature of the services required, including weekend availability and rapid response capabilities, may attract large-scale suppliers with expertise in public health emergencies, ultimately contributing to the ongoing efforts to control the pandemic.

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 Support Services for Lateral Flow Testing

Notice Description

Provision of support services to operate lateral flow testing sites for COVID-19

Lot Information

Lot 1

Staffing and logistics to deliver lateral flow testing (LFT) services for SARS-Cov-2 within the Borough of Slough. The supplier will: * Provide a free service to service-users at point of delivery * Undertake Lateral flow tests at sites specified by the council and within defined opening times * Deliver in line with the LFT Standard Operating Procedure, published by Department of Health & Social Care * Work in partnership with the Council to set up and management the site * Deliver a COVID-19 safe service with social distancing, personal protective equipment and face coverings * Deliver the service using appropriately trained staff, this will include a clinician onsite * Provide timely upload to the data collection website * Report on the number of tests taken daily for the initial two weeks, and move to weekly monitoring * Collect demographic data - sex, age, postcode and contact details of each individual tested * Advise the public on their test result and the need for whole household isolation and a confirmatory swab test (PCR test) in the case of a positive test * Provide reports on testing activity * Deliver the service in line with appropriate clinical and information governance throughout the testing process.

Procurement Information

Explanation of the use of the Negotiated Procedure: 1) The Covid-19 outbreak is a public health emergency of international concern declared by WHO on 30 January 2020. The WHO Director General characterised Covid-19 as a pandemic on 11 March 2020. 2) An important element of ensuring an appropriate response is ensuring adequate testing. In December 2020, Slough was selected as a pilot site for lateral flow testing and awarded a short term contract to Solutions 4 Health for this pilot. 3) At the end of the pilot, the UK Government wished for the service to continue. The Council therefore used the extension period in the short term contract; the maximum contract permissible was 6 weeks initial term plus three months. 4) The UK Government continues to wish for these services to be provided to the community. 5) The Council therefore wishes to vary the existing contract to provide a further extension period of up to one year; the Council may at any time reduce services should they no longer be necessary without cost i.e. if lateral flow testing is no longer required, the Council is not required to have services provided from a point of time it instructs. 6) The Council is satisfied that the tests permitting use of the negotiated procedure without prior publication (Regulation 32(2)(c)) are met: (a) As far as is strictly necessary: The lateral flow tests were identified as strictly necessary to meet the demand to scale up the UK's mass testing programme and continue to play a key role in the control of COVID. The contract is only for these services and the Council may reduce those services at any time. (b) There are genuine reasons for extreme urgency: the global demand for rapid antigen detection tests based on lateral flow technology (lateral flow devices, LFD) has recently significantly increased. The Council has been instructed by Government to rapidly test the local population to assist in the reduction of the Covid-19 infection rate across the Borough and was requested to have sites operational as pilots in short order. (c) The events that have led to the need for extreme urgency were unforeseeable: the timing of availability of new Covid-19 lateral flow test technology meeting the UK technical requirements combined with international demand and limited global capacity was not foreseeable. (d) It is impossible to comply with the usual timescales in the Public Contracts Regulations: it was not possible to comply with the timescales of another procedure due to the urgent requirement to ensure the provision of the pilot lateral flow tests services within the Borough and the Council was not able to tender services for the further period due to the nature of the funding and there is insufficient time to transition services. (e) The situation is not attributable to the contracting authority - the Council has not done anything to cause or contribute to the need for extreme urgency. The root cause is COVID-19 and the requirement for speed was set by the Department for Health and Social Care. The Council did not publish an VEAT notice earlier as its commitments did not exceed the relevant thresholds. The ongoing need for such testing means these thresholds may be exceeded during the term if services continue to be required. This reflects the short term nature of the initial contract.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02ac55
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009444-2021
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Negotiated without publication of a contract notice
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85140000 - Miscellaneous health services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Apr 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
28 Apr 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SLOUGH BOROUGH COUNCIL
Contact Name
Craig Lorne
Contact Email
craig.lorne@slough.gov.uk
Contact Phone
+44 1234567890

Buyer Location

Locality
SLOUGH
Postcode
SL1 3UF
Post Town
Slough
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ15 Berkshire East
Delivery Location
TLJ11 Berkshire

Local Authority
Slough
Electoral Ward
Chalvey
Westminster Constituency
Slough

Supplier Information

Number of Suppliers
1
Supplier Name

SOLUTIONS 4 HEALTH

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-02ac55-2021-04-30T15:18:28+01:00",
    "date": "2021-04-30T15:18:28+01:00",
    "ocid": "ocds-h6vhtk-02ac55",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02ac55",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of Support Services for Lateral Flow Testing",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85140000",
            "description": "Miscellaneous health services"
        },
        "mainProcurementCategory": "services",
        "description": "Provision of support services to operate lateral flow testing sites for COVID-19",
        "lots": [
            {
                "id": "1",
                "description": "Staffing and logistics to deliver lateral flow testing (LFT) services for SARS-Cov-2 within the Borough of Slough. The supplier will: * Provide a free service to service-users at point of delivery * Undertake Lateral flow tests at sites specified by the council and within defined opening times * Deliver in line with the LFT Standard Operating Procedure, published by Department of Health & Social Care * Work in partnership with the Council to set up and management the site * Deliver a COVID-19 safe service with social distancing, personal protective equipment and face coverings * Deliver the service using appropriately trained staff, this will include a clinician onsite * Provide timely upload to the data collection website * Report on the number of tests taken daily for the initial two weeks, and move to weekly monitoring * Collect demographic data - sex, age, postcode and contact details of each individual tested * Advise the public on their test result and the need for whole household isolation and a confirmatory swab test (PCR test) in the case of a positive test * Provide reports on testing activity * Deliver the service in line with appropriate clinical and information governance throughout the testing process.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKJ11"
                    }
                ],
                "deliveryLocation": {
                    "description": "Slough"
                },
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated without publication of a contract notice",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_EXTREME_URGENCY",
                "description": "Extreme urgency brought about by events unforeseeable for the contracting authority/entity and in accordance with the strict conditions stated in the directive"
            }
        ],
        "procurementMethodRationale": "Explanation of the use of the Negotiated Procedure: 1) The Covid-19 outbreak is a public health emergency of international concern declared by WHO on 30 January 2020. The WHO Director General characterised Covid-19 as a pandemic on 11 March 2020. 2) An important element of ensuring an appropriate response is ensuring adequate testing. In December 2020, Slough was selected as a pilot site for lateral flow testing and awarded a short term contract to Solutions 4 Health for this pilot. 3) At the end of the pilot, the UK Government wished for the service to continue. The Council therefore used the extension period in the short term contract; the maximum contract permissible was 6 weeks initial term plus three months. 4) The UK Government continues to wish for these services to be provided to the community. 5) The Council therefore wishes to vary the existing contract to provide a further extension period of up to one year; the Council may at any time reduce services should they no longer be necessary without cost i.e. if lateral flow testing is no longer required, the Council is not required to have services provided from a point of time it instructs. 6) The Council is satisfied that the tests permitting use of the negotiated procedure without prior publication (Regulation 32(2)(c)) are met: (a) As far as is strictly necessary: The lateral flow tests were identified as strictly necessary to meet the demand to scale up the UK's mass testing programme and continue to play a key role in the control of COVID. The contract is only for these services and the Council may reduce those services at any time. (b) There are genuine reasons for extreme urgency: the global demand for rapid antigen detection tests based on lateral flow technology (lateral flow devices, LFD) has recently significantly increased. The Council has been instructed by Government to rapidly test the local population to assist in the reduction of the Covid-19 infection rate across the Borough and was requested to have sites operational as pilots in short order. (c) The events that have led to the need for extreme urgency were unforeseeable: the timing of availability of new Covid-19 lateral flow test technology meeting the UK technical requirements combined with international demand and limited global capacity was not foreseeable. (d) It is impossible to comply with the usual timescales in the Public Contracts Regulations: it was not possible to comply with the timescales of another procedure due to the urgent requirement to ensure the provision of the pilot lateral flow tests services within the Borough and the Council was not able to tender services for the further period due to the nature of the funding and there is insufficient time to transition services. (e) The situation is not attributable to the contracting authority - the Council has not done anything to cause or contribute to the need for extreme urgency. The root cause is COVID-19 and the requirement for speed was set by the Department for Health and Social Care. The Council did not publish an VEAT notice earlier as its commitments did not exceed the relevant thresholds. The ongoing need for such testing means these thresholds may be exceeded during the term if services continue to be required. This reflects the short term nature of the initial contract."
    },
    "awards": [
        {
            "id": "009444-2021-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-14871",
                    "name": "Solutions 4 Health"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-14870",
            "name": "Slough Borough Council",
            "identifier": {
                "legalName": "Slough Borough Council"
            },
            "address": {
                "streetAddress": "Observatory House, 25 Windsor Road, Slough, SL1 2EL",
                "locality": "SLOUGH",
                "region": "UKJ11",
                "postalCode": "SL13UF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Craig Lorne",
                "telephone": "+44 1234567890",
                "email": "craig.lorne@slough.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.slough.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-14871",
            "name": "Solutions 4 Health",
            "identifier": {
                "legalName": "Solutions 4 Health"
            },
            "address": {
                "streetAddress": "Unit 1, Thames Court, 2 Richfield Avenue",
                "locality": "Reading",
                "region": "UKJ11",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-8260",
            "name": "The High Court",
            "identifier": {
                "legalName": "The High Court"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-14870",
        "name": "Slough Borough Council"
    },
    "contracts": [
        {
            "id": "009444-2021-1",
            "awardID": "009444-2021-1",
            "status": "active",
            "dateSigned": "2021-04-29T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "3",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 230000,
                "currency": "GBP"
            },
            {
                "id": "4",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 1350000,
                "currency": "GBP"
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "value": 230000,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "value": 1350000,
                "currency": "GBP"
            }
        ]
    },
    "language": "en"
}