Section one: Contracting authority/entity
one.1) Name and addresses
Department of Health and Social Care
39 Victoria Street
London
SW1H 0EU
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
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Second Variation Agreement to the contract for the provision of goods and services to support the UK Covid-19 Testing Strategy
two.1.2) Main CPV code
- 85145000 - Services provided by medical laboratories
two.1.3) Type of contract
Services
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement at the time of conclusion of the contract:
Labour and equipment to accommodate end point PCR - £1,179,565End point PCR running costs - £31.05m
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start date
25 March 2020
End date
14 June 2021
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.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2020/S 193-467935
Section five. Award of contract/concession
Contract No
C13789
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
7 January 2021
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
UK Biocentre Limited
Units 1 & 2, Spectrum Way Adswood, Stockport
Cheshire
SK3 0SA
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
07618653
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £82,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The High Court
Strand
London
WC2A 2LL
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/courts-tribunals
six.4.4) Service from which information about the review procedure may be obtained
The High Court
Strand
London
WC2A 2LL
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom
Internet address
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 85145000 - Services provided by medical laboratories
seven.1.3) Place of performance
NUTS code
- UK - United Kingdom
seven.1.4) Description of the procurement:
Labour and equipment to accommodate end point PCR - £1,179,565End point PCR running costs - £31.05m
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Start date
24 August 2020
End date
14 June 2021
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£114,150,000
seven.1.7) Name and address of the contractor/concessionaire
UK Biocentre Limited
Units 1 & 2, Spectrum Way Adswood, Stockport
Cheshire
SK3 0SA
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
07618653
The contractor/concessionaire is an SME
Yes
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
Works and additional operational costs to facilitate the use of ultra-high throughput ePCR to support the National Testing Programme.Labour and equipment to accommodate end point PCR - £1,179,565End point PCR running costs - £31.05m
seven.2.2) Reasons for modification
Need for additional works, services or supplies by the original contractor/concessionaire.
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
The modifications were undertaken pursuant to Regulation 72(1)(b) of the Public Contract Regulations 2015. As part of the national testing programme, new high throughput ePCR technology was required in order to meet national demand for testing services. Previous proof of concept activity undertaken by UK Biocentre in its Milton Keynes lab means that it had LGC machines already installed and existing experience of operation of ePCR. Moving the ePCR services to a new facility for a period which is potentially less than a year would cause significant inconvenience and/or substantial duplication of costs for DHSC. The increase in price from the modification does not exceed 50% of the value of the original contract.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £82,000,000
Total contract value after the modifications
Value excluding VAT: £114,150,000