Contract

Provision of Core Cities & National Surveillance Wastewater Sampling Support

  • Secretary of State for Health and Social Care acting as part of the Crown through UK Health Security Agency

F03: Contract award notice

Notice identifier: 2022/S 000-000732

Procurement identifier (OCID): ocds-h6vhtk-030974

Published 11 January 2022, 11:34am



Section one: Contracting authority

one.1) Name and addresses

Secretary of State for Health and Social Care acting as part of the Crown through UK Health Security Agency

Nobel House, 17 Smith Square

London

SW1P 3JR

Contact

Procurement Operations

Email

Procurement.Operations@dhsc.gov.uk

Country

United Kingdom

NUTS code

UKI32 - Westminster

Internet address(es)

Main address

https://www.gov.uk/government/organisations/uk-health-security-agency

Buyer's address

https://www.gov.uk/government/organisations/uk-health-security-agency

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

Provision of Core Cities & National Surveillance Wastewater Sampling Support

Reference number

DT846

two.1.2) Main CPV code

  • 90491000 - Sewer survey services

two.1.3) Type of contract

Services

two.1.4) Short description

Supplier will provide wastewater sampling activities at a number of locations within the region in which the supplier operates. The two primary locations are manholes in urban or community locations an treatment centres, typically at primary inlet points

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: £1,336,781.17

two.2) Description

two.2.2) Additional CPV code(s)

  • 90491000 - Sewer survey services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

East England

two.2.4) Description of the procurement

Supplier will provide wastewater sampling activities at a number of locations within the region in which the supplier operates. The two primary locations are manholes in urban or community locations an treatment centres, typically at primary inlet points

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: Yes

Description of options

2 x 12 month options

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

  • The services can be provided only by a particular economic operator for the following reason:
    • protection of exclusive rights, including intellectual property rights

Explanation:

1. On 11 March 2020 the World Health Organisation declared a COVID-19 pandemic with the associated serious risk posed 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 wastewater testing in respect of COVID-19.

2. A key element of ensuring an effective response to the pandemic is ensuring that there is a disease monitoring framework. Subsequently ensuring presence in key areas of interest (locally, regionally and nationally) and to have the ability to quickly respond to hotpots and new variants is crucial. The programme has engaged with 9 Water Companies in England to undertake the sampling across many of these locations. These contracts will cover the services associated with the sampling across England at both Treatment Centre locations and Network Locations across the geographic region of each water company.

3. DHSC is satisfied the tests permitting use of the Negotiated procedure without prior publication (Regulation 32(2)(b)(iii)) are met:

A. The works, supplies or services can be supplied only by a particular economic operator for the protection of exclusive rights, including intellectual property rights: Anglian Water has exclusive proprietary rights over and in respect of its own water network infrastructure, plants etc. Anglian Water must in all circumstances provide consent before access is permitted to their plant or network infrastructure to undertake this sampling. In relation to the sampling being undertaken by the UK Government, Anglian Water has advised that only they (or their own authorised subcontractors under direct water company control) will undertake this sampling as it is their property and their risk.

B. No reasonable alternative or substitute exists – The samples can only be sourced from Anglian Water infrastructure; therefore, no reasonable alternative exists.

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 implement disease monitoring framework due to the Covid-19 pandemic

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

The procurement is covered by the Government Procurement Agreement: No


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

16 December 2021

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

ANGLIAN WATER BUSINESS (NATIONAL) LIMITED

Lancaster House Lancaster Way Huntingdon Cambridgeshire

Huntingdon

PE29 6XU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

2366656

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: £1,336,781.17

Total value of the contract/lot: £1,336,781.17


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

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

six.4.2) Body responsible for mediation procedures

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

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