Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract is awarded by a central purchasing body
I.4)Type of the contracting authorityBody governed by public law
Section II: Object
II.1)Scope of the procurement
II.1.2)Main CPV code18143000 Protective gear
II.1.3)Type of contractSupplies
II.1.4)Short description: II.1.6)Information about lotsThis contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 10 000 000.00 GBP
II.2)Description
II.2.3)Place of performanceNUTS code: UKN NORTHERN IRELAND
II.2.4)Description of the procurement:
This notice relates to the purchase of Type IIR Facemasks. The contracting authority has utilised Regulation 32(2)(c) of the Public Contracts Regulations 2015 (as amended) which provides a derogation from the obligation to competitively tender for a contract for goods or services over the EU Threshold where the works, supplies or services are required as per the below:
‘(c) Insofar as is strictly necessary where, for reasons of extreme urgency brought about by events unforeseeable by the contracting authority, the time limits for the open or restricted procedures or competitive procedures with negotiation cannot be complied with.’
Regulation 32(2)(c) has been utilised in this instance due to the following rationale;
1) The item(s) are required to assist the contracting authority to respond to the impact of Covid-19 immediately, addressing the public health risks and disruption to services which would otherwise be incurred without them;
2) The Covid-19 pandemic is so novel that the extreme urgency of the situation was unforeseeable by the contracting authority. Ordinarily existing contractual arrangements and emergency stockpiles can be relied upon in such instances, however, in this case such provisions have proven insufficient to meet the scale of the additional demand for these items;
3) A procurement exercise to establish a new contractual arrangement would not be feasible given the time constraints, making it impossible to undertake a new procurement exercise or to access other commercial agreements.
II.2.5)Award criteriaPrice
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
The value stated at Section II.1.7) is the maximum value which may be committed under this contract.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureAward of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below
- Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive
Explanation:
Regulation 32(2)(c) of the Public Contracts Regulations 2015: Award of a Contract through the negotiated procedure without prior publication due to:
(c) ‘...extreme urgency brought about by events unforeseeable by the contracting authority, the time limits for the open or restricted procedures or competitive procedures with negotiation cannot be complied with.’
This procurement has been undertaken in strict accordance with the conditions stated in the directive.
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:01/04/2020
V.2.2)Information about tendersNumber of tenders received: 1
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Medco Solutions Ltd
Postal address: 71-75 Shelton Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: WC2H 9JQ
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot: 10 000 000.00 GBP
Total value of the contract/lot: 10 000 000.00 GBP
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation proceduresOfficial name: Business Services Organisation
Postal address: 77 Boucher Cresent
Town: Belfast
Postal code: BT12 6HU
Country: United Kingdom
E-mail:
palscollegestreet.sourcing@hscni.net VI.5)Date of dispatch of this notice:01/05/2020