{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02c202-2021-06-30T17:55:23+01:00",
    "date": "2021-06-30T17:55:23+01:00",
    "ocid": "ocds-h6vhtk-02c202",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02c202",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Second Variation Agreement to the contract for the provision of goods and services to support the UK Covid-19 Testing Strategy",
        "classification": {
            "scheme": "CPV",
            "id": "85145000",
            "description": "Services provided by medical laboratories"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "description": "Labour and equipment to accommodate end point PCR - PS1,179,565End point PCR running costs - PS31.05m",
                "contractPeriod": {
                    "startDate": "2020-03-25T00:00:00Z",
                    "endDate": "2021-06-14T23:59:59+01:00"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "014990-2021-C13789-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-21114",
                    "name": "UK Biocentre Limited"
                }
            ]
        }
    ],
    "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"
            }
        },
        {
            "id": "GB-FTS-21114",
            "name": "UK Biocentre Limited",
            "identifier": {
                "legalName": "UK Biocentre Limited",
                "id": "07618653"
            },
            "address": {
                "streetAddress": "Units 1 & 2, Spectrum Way Adswood, Stockport",
                "locality": "Cheshire",
                "region": "UK",
                "postalCode": "SK3 0SA",
                "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",
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.gov.uk/courts-tribunals"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-43",
        "name": "Department of Health and Social Care"
    },
    "contracts": [
        {
            "id": "014990-2021-C13789-1",
            "awardID": "014990-2021-C13789-1",
            "status": "active",
            "value": {
                "amount": 114150000,
                "currency": "GBP"
            },
            "dateSigned": "2021-01-07T00:00:00Z",
            "period": {
                "startDate": "2020-08-24T00:00:00+01:00",
                "endDate": "2021-06-14T23:59:59+01:00"
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "85145000",
                        "description": "Services provided by medical laboratories"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UK"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "description": "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 - PS1,179,565End point PCR running costs - PS31.05m",
                    "rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: 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."
                }
            ]
        }
    ],
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:467935-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}