Award

MPU RMI UK Ltd

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 2 releases in its history.

TenderUpdate

21 Jul 2021 at 14:47

Award

18 Apr 2021 at 20:40

Summary of the contracting process

The Department of Health and Social Care is seeking providers for the contract titled "MPU RMI UK Ltd," which falls under the medical laboratory services category. This procurement is in the award stage, having been confirmed on 19 March 2021, and is associated with a contract value of approximately £19.5 million. The contract is intended to deliver overall management of operations related to mobile testing units (MPUs) for genomic sequencing and waste water testing across the UK. The contract includes options for extensions and additional services, allowing for flexibility in operations.

This tender presents significant opportunities for businesses specialising in laboratory services, particularly those with capabilities in mobile operations and genomic technologies. Companies that can manage a high volume of processes efficiently and respond rapidly to public health needs will be well-positioned to compete for this contract. It is especially suitable for small to medium-sized enterprises (SMEs) that can offer innovative solutions and additional services in the healthcare sector, thus facilitating their growth in a highly competitive environment.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

REMOTE MEDICAL INTERNATIONAL

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}