Opportunity

GSV.MED.030 - COVID Testing Provider

  • Birmingham 2022

F02: Contract notice

Notice reference: 2022/S 000-000687

Published 10 January 2022, 6:15pm



Section one: Contracting authority

one.1) Name and addresses

Birmingham 2022

1 Brindley Place

Birmingham

B1 2JB

Contact

Mohammed Yahiah

Email

Mohammed.Yahiah@birmingham2022.com

Telephone

+44 07951735849

Country

United Kingdom

NUTS code

UKG - West Midlands (England)

Internet address(es)

Main address

https://www.delta-esourcing.com/delta

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.delta-esourcing.com/tenders/5975T49U4E

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Recreation, culture and religion


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

GSV.MED.030 - COVID Testing Provider

Reference number

GSV.MED.030

two.1.2) Main CPV code

  • 71900000 - Laboratory services

two.1.3) Type of contract

Services

two.1.4) Short description

The Birmingham Organising Committee for the 2022 Commonwealth Games requires a Partner to work with the OC to deliver COVID Testing Services.

The Supplier will be responsible for providing the following:

- Planning and management of the end-to-end turnkey solution

- Utilise reverse transcriptase polymerase chain reaction (RT-PCR) testing solutions

- The testing solution covering three key testing locations for arrivals.

- The solution will also have to provide a testing solution to all competition venues and accommodation venues to facilitate daily testing. This will likely be through a drop-box system.

- On-site testing, analysis and results capability is required for the three key sites between 19th July to 10th August.

Further details can be obtained by downloading the procurement documentation.

two.1.5) Estimated total value

Value excluding VAT: £17,520,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71900000 - Laboratory services

two.2.3) Place of performance

NUTS codes
  • UKG31 - Birmingham
Main site or place of performance

Birmingham

two.2.4) Description of the procurement

The Birmingham Organising Committee for the 2022 Commonwealth Games requires a Partner to work with the OC to deliver COVID Testing Services.

The Supplier will be responsible for providing the following:

- Planning and management of the end-to-end turnkey solution

- Utilise reverse transcriptase polymerase chain reaction (RT-PCR) testing solutions

- The testing solution covering three key testing locations for arrivals.

- The solution will also have to provide a testing solution to all competition venues and accommodation venues to facilitate daily testing. This will likely be through a drop-box system.

- On-site testing, analysis and results capability is required for the three key sites between 19th July to 10th August.

Further details can be obtained by downloading the procurement documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £17,520,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 May 2022

End date

31 December 2022

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As detailed in the procurement documentation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

This information is detailed within the procurement documentation


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

10 February 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

11 February 2022

Local time

12:00pm

Place

Birmingham


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Any selection of tenderers will be based solely on the criteria set out for the procurement. All communications shall be in English. Any contract or agreement resulting from any invitation to tender will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English courts.

The OC does not bind itself to accept any tender and reserves the right to accept any part of the tender unless the tenderer expressly stipulates to the contrary. The Freedom of Information Act 2000 imposes a statutory obligation on public bodies to make information they are holding available on request. Tenderers should be aware of the OC's obligations under the Act, whereby information provided by tenderers in response to this advertisement may be requested by a third party. The OC expressly reserves the right:

(i) to make whatever changes it may see fit to the content and structure of the procurement process;

(ii) to require further information or clarification from a tenderer before considering its response;

(iii) to exclude a tenderer from the procurement process if it is determined that any information supplied is/was inaccurate, incomplete or untrue and is/was relied upon for selection purposes;

(iv) to cancel this procurement at any stage; and

(v) not to award any contract as a result of the procurement process commenced by publication of this notice.

(vi) to award this contract to the second place tenderer if negotiations cannot be concluded, at the OC's discretion, with the first place tenderer or the first place tenderer becomes insolvent and/or suffers financial distress.

(vii) to award further works in accordance with reg. 32(9) Public Contracts Regulations.

Under no circumstances will the OC or any of its advisers, be liable for any costs or expenses borne by any tenderer or any of its advisers in responding to this contract notice or at any stage in the process.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Birmingham:-Laboratory-services./5975T49U4E

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/5975T49U4E

GO Reference: GO-2022110-PRO-19483779

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

London

WC1A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Birmingham 2022

One Brindley Place

Birmingham

B12JB

Country

United Kingdom