Notice Information
Notice Title
MPU RMI UK Ltd
Notice Description
The Contract with RMI will provide overall management of the operation by RMI for MPU (V)'s and MPU (T)'s
Lot Information
Lot 1
The Contract with RMI will provide overall management of the operation by RMI for MPU (V)'s and MPU (T)'s
Procurement Information
Negotiated procedure without prior publication1. 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. Subsequently securing sufficient lab capacity in order to process test results is crucial.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: Increased lab capacity to increase the amount 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: It is 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: 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 impossible to comply with the usual timescales in the PCR: It is not possible to comply with the timescales of another procedure due to the urgent requirement to ensure the amount of tests processed increases 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
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02a740
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/017255-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85145000 - Services provided by medical laboratories
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £19,518,517 £10M-£100M
Notice Dates
- Publication Date
- 21 Jul 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 19 Mar 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF HEALTH AND SOCIAL CARE
- Contact Name
- Not specified
- Contact Email
- procurement.operations@dhsc.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1H 0EU
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02a740-2021-07-21T15:47:01+01:00",
"date": "2021-07-21T15:47:01+01:00",
"ocid": "ocds-h6vhtk-02a740",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02a740",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "MPU RMI UK Ltd",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85145000",
"description": "Services provided by medical laboratories"
},
"mainProcurementCategory": "services",
"description": "The Contract with RMI will provide overall management of the operation by RMI for MPU (V)'s and MPU (T)'s",
"lots": [
{
"id": "1",
"description": "The Contract with RMI will provide overall management of the operation by RMI for MPU (V)'s and MPU (T)'s",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"coveredBy": [
"GPA"
],
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_EXTREME_URGENCY",
"description": "Extreme urgency brought about by events unforeseeable for the contracting authority/entity and in accordance with the strict conditions stated in the directive"
}
],
"procurementMethodRationale": "Negotiated procedure without prior publication1. 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. Subsequently securing sufficient lab capacity in order to process test results is crucial.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: Increased lab capacity to increase the amount 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: It is 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: 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 impossible to comply with the usual timescales in the PCR: It is not possible to comply with the timescales of another procedure due to the urgent requirement to ensure the amount of tests processed increases 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",
"amendments": [
{
"id": "1",
"description": "Contract Notice Amendment As part of the LAMP MPU Contract we have agreed a number of options which allow the authority to extend or include additional services, these are set out below: EXTENSION The Authority has the option to extend the Term on one or more occasions by giving the Contractor written notice not less than three (3) Months prior to the date on which this Contract would otherwise have expired. The provisions of the Contract will apply throughout the extended period. The Term may be extended, providing that the duration of the Contract shall be no longer than 14 months in total. The price adjustment for the extended term will be agreed by both parties. The extension will be documented through the change control process . The value of the extension if taken for the 8 month period would be estimated at 25 million . ADDITIONAL SERVICES The Authority has the option to utilise any of the three additional services listed below at any time during the Term of the Contract: \"Additional Services\" means any of the following additional services which may be required by the Authority. (a) services relating to ten (10) vans for genomic sequencing; (b) services relating to ten (10) vans for waste water; (c) storage of MPUs that are mobilised but not operational Where the Authority exercises this option: The Additional Services will be added to the scope of the Services to be provided under this Contract in accordance with the variation procedure. The Contractor shall have no right to object to the requirement to provide the Additional Services whether as part of the variation procedure or otherwise. The Additional Services shall be delivered by the Contractor in accordance with the terms of this Contract; and the Charges for the Additional Services will be calculated by benchmarking against the Charges for the equivalent existing Services and shall not otherwise be subject to change or further negotiation as part of the variation procedure (charges shall be agreed in accordance with the Change Control Process)."
}
]
},
"awards": [
{
"id": "008143-2021-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-12873",
"name": "Remote Medical International UK Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-43",
"name": "Department of Health and Social Care",
"identifier": {
"legalName": "Department of Health and Social Care"
},
"address": {
"streetAddress": "39 Victoria Street",
"locality": "London",
"region": "UKI32",
"postalCode": "SW1H 0EU",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Procurement.Operations@dhsc.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
"buyerProfile": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-12873",
"name": "Remote Medical International UK Ltd",
"identifier": {
"legalName": "Remote Medical International UK Ltd",
"id": "07590062"
},
"address": {
"streetAddress": "Collingwood House, Port Of Tyne,",
"locality": "South Shields",
"region": "UK",
"postalCode": "NE33 5SP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-497",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "generaloffice@administrativecourtoffice.justice.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.gov.uk/courts-tribunals"
}
}
],
"buyer": {
"id": "GB-FTS-43",
"name": "Department of Health and Social Care"
},
"contracts": [
{
"id": "008143-2021-1",
"awardID": "008143-2021-1",
"status": "active",
"value": {
"amount": 19518517,
"currency": "GBP"
},
"dateSigned": "2021-03-19T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
}
]
},
"language": "en"
}