Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Department of Health and Social Care
39 Victoria Street
London
SW1H 0EU
UK
E-mail: procurement.operations@dhsc.gov.uk
NUTS: UKI32
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-of-health-and-social-care
Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health-and-social-care
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of PCR Equipment and Consumables as part of the UK Covid-19 Testing Strategy in Support of Pillar 1 – NHS Laboratory Testing
II.1.2) Main CPV code
33100000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Provision of PCR equipment and consumables as part of the UK Covid-19 Testing strategy in support of Pillar1 – NHS laboratory testing.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
2 119 113.60
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Provision of PCR equipment and consumables as part of the UK Covid-19 Testing strategy in support of Pillar1 – NHS laboratory testing.
II.2.5) Award criteria
Price
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the Directive
Explanation
Negotiated procedure without prior publication
1) The Coronavirus disease (Covid-19) is a serious infectious respiratory disease and its consequences pose a risk to life. The Covid-19 outbreak is a public health emergency of international concerns as declared by the World Health Organisation on 30 January 2020. The WHO Director General characterised Covid-19 as a pandemic on 11 March 2020, by this stage Europe was the centre of the pandemic.
2) A key element of ensuring an effective response to the pandemic is ensuring that there is adequate testing. On 4th April, the Government announced its plans to scale up the testing programme. This contract supports this strategy, in particular pillar 1 (NHS swab testing).
3) DHSC is satisfied 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 test kits were identified as strictly necessary to meet the demand to scale up the testing programme in the UK;
B. there are genuine reasons for extreme urgency: DHSC are responding to Covid-19 immediately because of public health risks presenting a genuine emergency;
C. the events that have led to the need for extreme urgency were unforeseeable: as the Commission itself confirmed: ‘The current coronavirus crisis presents an extreme and unforeseeable urgency – precisely for such a situation our European rules enable public buyers to buy within a matter of days, even hours, if necessary.‘ (Commissioner Breton, Internal Market, 1 April 2020);
D. it is impossible to comply with the usual timescales in the PCR: due to the urgency of the situation there was no time to run an accelerated procurement under the open, restricted or competitive procedures with negotiation that would allow DHSC to secure delivery of products, particularly in light of the corresponding delays to timelines associated with securing supply of the test kits. Additionally, there are many buyers competing for the same supplies. It is imperative that security of supply is maintained. Demand for test kits is high and there is little or no incentive for suppliers to participate in competitive procurement procedures;
E. the situation is not attributable to the contracting authority – DHSC has not done anything to cause or contribute to the need for extreme urgency.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/04/2020
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
VWR International Ltd
01932827
Hunter Boulevard, Magna Park, Lutterworth
Leicestershire
LE17 4XN
UK
E-mail: rhian.corbin@avantorsciences.com
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 119 114.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Provision of PCR equipment and consumables as partof the UK Covid-19 Testing strategy in support of Pillar 1 – NHS laboratory testing.
VI.4) Procedures for review
VI.4.1) Review body
The High Court
Strand
London
WC2A 2LL
UK
Internet address(es)
URL: https://www.gov.uk/courts-tribunals
VI.5) Date of dispatch of this notice
30/09/2020