Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Collaborative Procurement Partnership LLP (CPP LLP) acting on behalf of Supply Chain Coordination Ltd. Supply Chain Coordination Limited (SCCL) is a company Registered in England and Wales, with company number 10881715, Registered office address: Skipton House, 80 London Road, London, United Kingdom
SE1 6LH
London
UK
E-bost: CPPT2ProcurementTeam@supplychain.nhs.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.supplychain.nhs.uk/
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Supply of Single Use Theatre Protective Clothing (PPE) for Healthcare Workers for the Care of Patients with Suspected or Confirmed Covid-19
II.1.2) Prif god CPV
33199000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
Collaborative Procurement Partnership LLP (CPP LLP) acting on behalf of Supply Chain Coordination Ltd. Supply Chain Coordination Ltd (SCCL) is a company Registered in England and Wales, with company number 10881715, Registered office address: Skipton House, 80 London Road, London, United Kingdom. (the 'Authority') has awarded a contract for the supply of Personal Protective Equipment, including: face masks, respirators and headwear to protect health and care workers for contracting the Covid-19 disease.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 1 544 027.13 GBP
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Collaborative Procurement Partnership LLP (CPP LLP) acting on behalf of Supply Chain Coordination Ltd. Supply Chain Coordination Ltd (SCCL) is a company Registered in England and Wales, with company number 10881715, Registered office address: Skipton House, 80 London Road, London, United Kingdom. (the 'Authority') has awarded a contract for the supply of Personal Protective Equipment, including: face masks, respirators and headwear to protect health and care workers for contracting the Covid-19 disease.
The contract award is broken down by value into the following product category areas:
Face masks — GBP 588.33
Respirators — GBP 1 534 842.96
Headwear — GBP 8 595.83
II.2.5) Meini prawf dyfarnu
Price
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Dyfarnu contract heb gyhoeddi galwad am gystadleuaeth yng Nghyfnodolyn Swyddogol yr Undeb Ewropeaidd ymlaen llaw
Cyfiawnhau'r weithdrefn ddyfarnu a ddewiswyd:
Brys eithafol yn sgil digwyddiadau nad oedd modd i’r awdurdod contractio eu rhagweld ac yn unol â’r amodau llym a nodir yn y gyfarwyddeb
Esboniad
1) The Coronavirus disease (Covid-19) is a serious infectious respiratory disease and its consequences pose a risk to life. The Covid-19 outbreak is a public health emergency of international concerns 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, by this stage Europe was the centre of the pandemic.
2) The use of Personal Protective Equipment (PPE) is critical in safeguarding the health and lives of the healthcare professionals treating patients with Covid-19. Delays in procuring the PPE, poses a risk to life of those on the front line and the likelihood of significantly increased death toll.
3) In March the NHS experienced severe shortages of PPE, modelling based the trajectory of other European countries forecast the need for significant and extremely rapid increase in the UK PPE capacity. Similar shortfalls in PPE stocks were identified globally. There was immense demand for PPE, requiring the need to actively seek and create new supply chains rapidly to meet that demand. In these circumstances, a procurement following the usual timescales under the PCR 2015, including accelerated options, was impossible. PPE manufacturers and supply chains were under immediate and unprecedented global pressure to provide products. A delay in engaging with the market by running a usual procurement process ran the risk of failing to acquire the necessary stock of PPE equipment and presenting a significant risk to life. Collaborative Procurement Partnership LLP (CPP LLP) acting on behalf of Supply Chain Coordination Ltd is content the tests permitting use of the negotiated procedure without prior publication(Regulation 32(2)(c)) are met:
1) The purchasing of PPE was identified as strictly necessary to meet anticipated demand;
2) It is responding to Covid-19 immediately because of public health risks presenting a genuine emergency;
3) The events that 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’;
4) There was no time to run an accelerated procurement under the open, restricted or competitive procedures with negotiation that would secure products within the required timescales;
5) The situation is not attributable to the contracting authority: it has not done anything to cause or contribute to the need for extreme urgency.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
Section V: Dyfarnu contract
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
01/04/2020
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 1
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Valmy SAS Ltd
Bedfordshire
UK
NUTS: UK
BBaCh yw’r contractwr:
Ydy
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Cyfanswm gwerth y contract/lot: 1 544 027.13 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
The High Court
London
WC2A 2LL
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
08/06/2021