Tender

Doping Control Sample Collection Equipment

  • UNITED KINGDOM ANTI-DOPING LIMITED

F02: Contract notice

Notice identifier: 2023/S 000-011162

Procurement identifier (OCID): ocds-h6vhtk-03c1de

Published 18 April 2023, 9:47pm



Section one: Contracting authority

one.1) Name and addresses

UNITED KINGDOM ANTI-DOPING LIMITED

SportPark, 3 Oakwood Drive

Loughborough

LE11 3QF

Contact

Hamish Coffey

Email

procurement@ukad.org.uk

Telephone

+44 2078423450

Country

United Kingdom

Region code

UKF2 - Leicestershire, Rutland and Northamptonshire

Companies House

6990867

Internet address(es)

Main address

www.ukad.org.uk

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

http://www.justice.gov.uk

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.