Provision of RT-qPCR Results Analysis Software Solution

A Pipeline Notice
by DEPARTMENT OF HEALTH AND SOCIAL CARE (T&T)

Source
Contracts Finder
Type
Potential Contract (Services)
Duration
1 year
Value
£8M
Sector
TECHNOLOGY
Published
03 Mar 2021
Delivery
01 Jul 2021 to 30 Jun 2022
Deadline
n/a

Concepts

Location

Geochart for 1 buyers and 0 suppliers

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™ 12K Flex • QuantStudio™ 7 Flex These 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 factors The 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. Please complete the Expression of Interest (EOI) by registering on our e-sourcing portal (at http://health.atamis.co.uk), downloading and completing the EOI template1 and returning it to us, via the portal no later than 16-03-2021. The 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.

CPV Codes

  • 72260000 - Software-related services

Other Information

RA procurement - Expression of Interest template v1 https://atamis-1928.cloudforce.com/sfc/p/0O000000rwim/a/4J000000kHLs/NzErMHpIVd.... RA procurement - high level evaluation criteria vDRAFT https://atamis-1928.cloudforce.com/sfc/p/0O000000rwim/a/4J000000kHLn/sGg206pMatA... RA Software Licence and Support Services vDRAFT https://atamis-1928.cloudforce.com/sfc/p/0O000000rwim/a/4J000000kHLT/nVZOchmDzWF...

Reference

Domains