Section one: Contracting authority
one.1) Name and addresses
UNITED KINGDOM ANTI-DOPING LIMITED
SportPark, 3 Oakwood Drive
Loughborough
LE11 3QF
Contact
Hamish Coffey
Telephone
+44 2078423450
Country
United Kingdom
Region code
UKF2 - Leicestershire, Rutland and Northamptonshire
Companies House
6990867
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.gov.uk/contracts-finder
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.gov.uk/contracts-finder
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
Doping Control Sample Collection Equipment
two.1.2) Main CPV code
- 37400000 - Sports goods and equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
UKAD wishes to appoint a supplier(s) of Doping Control Sample Collection equipment. UKAD conducts on average 10,000 Doping Control tests a year across urine and venous blood Samples, in accordance with the World Anti-Doping Agency (WADA) International Standards for Testing & Investigations (ISTI). The Doping Control Sample Collection equipment to be provided is as follows:
- Urine sample 'A' and 'B' bottles/containers
- Venous blood Sample 'A' and 'B' bottles/containers
- Venous blood Sample vacutainers and accessory packs
- Sample Collection Vessels
- Partial Sample equipment
All equipment must comply with the ISTI. Whilst a single supplier for all Doping Control Sample Collection equipment would be preferable, it is not a requirement for UKAD. Therefore Doping Control Sample Collection equipment will be separated into the following two groups:
- Urine and venous blood Sample collection equipment
- Sample Collection Vessels and Partial Sample equipment
Both will be evaluated independently, and a preferred supplier selected for each.
As a Non-Departmental Public Body (NDPB), UKAD is government funded, and therefore annual levels of testing are dependent on UKAD funding levels and are therefore subject to change. Expected annual equipment requirements are approximately as follows:
- 9,000 urine Sample 'A' and 'B' bottles/containers
- 2,000 venous blood Sample 'A' and 'B' bottles/containers
- 2,000 venous blood Sample vacutainers and accessory packs
- 13,500 Sample Collection Vessels
- 3,500 Partial Sample equipment
- 8 shipments to UKAD logistics storage centre
Suppliers will be expected to be able to meet certain standards/requirements in the production and supply of Doping Control Sample Collection equipment, and customer service to UKAD. These include (but not limited to):
- ISO 9001 certification and effective quality control management systems
- Proven experience of supplying Doping Control Sample Collection equipment to other Anti-Doping Organisations and/or Sample Collection Agencies operating within the framework of the World Anti-Doping Code
- Positive approach towards sustainability
- Effective customer service and account management
The above list is not exhaustive and UKAD reserves the right to utilise the appointed provider to cover other aspects of Doping Control Sample Collection equipment.
It is envisaged that the initial contract term will be for a duration of 3 years, however, UKAD wishes to reserve the right to extend the contract for a further 3 years, divided into renewal periods of 12 months each (i.e. 3+1+1+1).
two.1.5) Estimated total value
Value excluding VAT: £450,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Urine and venous blood Sample Collection Equipment
Lot No
1
two.2.2) Additional CPV code(s)
- 37400000 - Sports goods and equipment
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
UKAD wishes to appoint a supplier(s) of Doping Control Sample Collection equipment. UKAD conducts on average 10,000 Doping Control tests a year across urine and venous blood Samples, in accordance with the World Anti-Doping Agency (WADA) International Standards for Testing & Investigations (ISTI). The Doping Control Sample Collection equipment for Lot 1 to be provided is as follows:
- Urine sample 'A' and 'B' bottles/containers
- Venous blood Sample 'A' and 'B' bottles/containers
- Venous blood Sample vacutainers and accessory packs
All equipment must comply with the ISTI.
As a Non-Departmental Public Body (NDPB), UKAD is government funded, and therefore annual levels of testing are dependent on UKAD funding levels and are therefore subject to change. Expected annual equipment requirements for Lot 1 are approximately as follows:
- 9,000 urine Sample 'A' and 'B' bottles/containers
- 2,000 venous blood Sample 'A' and 'B' bottles/containers
- 2,000 venous blood Sample vacutainers and accessory packs
- 8 shipments to UKAD logistics storage centre
Suppliers will be expected to be able to meet certain standards/requirements in the production and supply of Doping Control Sample Collection equipment, and customer service to UKAD. These include (but not limited to):
- ISO 9001 certification and effective quality control management systems
- Proven experience of supplying Doping Control Sample Collection equipment to other Anti-Doping Organisations and/or Sample Collection Agencies operating within the framework of the World Anti-Doping Code
- Positive approach towards sustainability
- Effective customer service and account management
The above list is not exhaustive and UKAD reserves the right to utilise the appointed provider to cover other aspects of Doping Control Sample Collection equipment.
It is envisaged that the initial contract term will be for a duration of 3 years, however, UKAD wishes to reserve the right to extend the contract for a further 3 years, divided into renewal periods of 12 months each (i.e. 3+1+1+1).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
Initial 3 year duration, followed by 3 further options to renew the contract period for a period of 12 months each.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
At the discretion of the contracting authority
two.2) Description
two.2.1) Title
Sample Collection Vessels and Partial Sample Equipment
Lot No
2
two.2.2) Additional CPV code(s)
- 37400000 - Sports goods and equipment
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
UKAD wishes to appoint a supplier(s) of Doping Control Sample Collection equipment. UKAD conducts on average 10,000 Doping Control tests a year across urine and venous blood Samples, in accordance with the World Anti-Doping Agency (WADA) International Standards for Testing & Investigations (ISTI). The Doping Control Sample Collection equipment to be provided for Lot 2 is as follows:
- Sample Collection Vessels
- Partial Sample equipment
All equipment must comply with the ISTI.
As a Non-Departmental Public Body (NDPB), UKAD is government funded, and therefore annual levels of testing are dependent on UKAD funding levels and are therefore subject to change. Expected annual equipment requirements for Lot 2 are approximately as follows:
- 13,500 Sample Collection Vessels
- 3,500 Partial Sample equipment
- 8 shipments to UKAD logistics storage centre
Suppliers will be expected to be able to meet certain standards/requirements in the production and supply of Doping Control Sample Collection equipment, and customer service to UKAD. These include (but not limited to):
- ISO 9001 certification and effective quality control management systems
- Proven experience of supplying Doping Control Sample Collection equipment to other Anti-Doping Organisations and/or Sample Collection Agencies operating within the framework of the World Anti-Doping Code
- Positive approach towards sustainability
- Effective customer service and account management
The above list is not exhaustive and UKAD reserves the right to utilise the appointed provider to cover other aspects of Doping Control Sample Collection equipment.
It is envisaged that the initial contract term will be for a duration of 3 years, however, UKAD wishes to reserve the right to extend the contract for a further 3 years, divided into renewal periods of 12 months each (i.e. 3+1+1+1).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
Initial 3 year duration, followed by three further options to renew the contract for a period of 12 months each.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
At the discretion of the contracting authority
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
The successful supplier may be required to actively participate in the achievement of social and/or environmental objectives. Accordingly contract performance conditions may relate in particular to social, environmental or other corporate social responsibility considerations. Further details will be set out in the procurement documents.
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
18 June 2023
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 June 2023
Local time
12:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by UKAD at any time.
UKAD reserves the right at any time to:
i) reject any or all responses and to cancel or withdraw this procurement at any stage;
ii) award a contract without prior notice;
iii) change the basis, the procedures and the timescales set out or referred to within the procurement documents;
iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification);
v) terminate the procurement process; and
vi) amend the terms and conditions of the selection and evaluation process .
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
Telephone
+44 2079477882
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Any review proceedings should be promptly brought to the attention of Philip Bunt, Chief Operating Officer, UK Anti-Doping, SportPark, 3 Oakwood Drive, Loughborough, LE11 3QF, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015 ("PCR 2015"). Any review proceedings must be brought within the timescales specified by the applicable law, including, without limitation, PCR 2015. In accordance with PCR 2015, UKAD will incorporate a minimum 10 calendar day standstill period from the date information on the award of the contract is communicated to tenderers.