Contract

Laboratory Testing Services Agreement

  • Department of Health and Social Care

F03: Contract award notice

Notice identifier: 2021/S 000-000700

Procurement identifier (OCID): ocds-h6vhtk-028a10

Published 13 January 2021, 4:32pm



Section one: Contracting authority

one.1) Name and addresses

Department of Health and Social Care

39 Victoria Street

London

SW1H 0EU

Email

Procurement.Operations@dhsc.gov.uk

Country

United Kingdom

NUTS code

UKI32 - Westminster

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health-and-social-care

Buyer's address

https://www.gov.uk/government/organisations/department-of-health-and-social-care

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Laboratory Testing Services Agreement

two.1.2) Main CPV code

  • 85145000 - Services provided by medical laboratories

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of diagnostic (RT-PCR) testing for COVID-19

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £7,526,279

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Provision of diagnostic (RT-PCR) testing for COVID-19

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • Extreme urgency brought about by events unforeseeable for the contracting authority

Explanation:

Without the additional capacity that partner laboratories such as Imperial College London can provide, the Authority will fall short of meeting its capacity targets which are a key component of the Authority's measures for dealing with the pandemic. Failure to procure any additional laboratory capacity could lead to the existing Covid-19 testing infrastructure being overwhelmed by demand.Additional partner laboratories across the UK and internationally were considered, however were deemed inappropriate for reasons including but not limited to; limited available capacity, testing protocol and inability to meet required sample turnaround times.The Authority is satisfied that the tests permitting the use of the negotiated procedure without negotiation are met:1. The COVID-19 outbreak is a Public Health Emergency of International Concern as declared by the World Health Organisation on 30 January 2020. The WHO Director General characterised COVID-19 as a pandemic on 11 March 2020.2. A key element of ensuring an effective response to the pandemic is ensuring that there is adequate testing capacity in the UK. Subsequently securing sufficient laboratory capacity in order to process test results is crucial.3. Specifically in relation to Regulation 32(2)(c):A. Increased laboratory capacity to increase the volume and fast turnaround of tests processed was 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: the Authority requires immediate laboratory capacity because of the public health risks in not having sufficient capacity. The situation is a genuine emergency.C. The events that have led to the need for extreme urgency were unforeseeable: 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, 01.04.2020).D. It is not possible to comply with the timescales of another procedure due to the urgent requirement to ensure the volume of laboratory testing capacity reflects with the necessary demand. 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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 December 2020

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Imperial College Projects Limited

The Faculty Building Level 1 Imperial College London, Exhibition Road

London

SW7 2AZ

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

09487272

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £7,526,279

Total value of the contract/lot: £7,526,279


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court

Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals