Contract

Doping Control Sample Collection Equipment

  • UNITED KINGDOM ANTI-DOPING LIMITED

F03: Contract award notice

Notice identifier: 2023/S 000-036722

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

Published 13 December 2023, 9:53pm



Section one: Contracting authority

one.1) Name and addresses

UNITED KINGDOM ANTI-DOPING LIMITED

SportPark

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.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.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £450,000

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

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30%

two.2.11) Information about options

Options: No

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

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

At the discretion of the contracting authority


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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-011162


Section five. Award of contract

Lot No

1

Title

Doping Control Sample Collection Equipment

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

13 December 2023

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Berlinger Special AG

Ganterschwil

Country

Switzerland

NUTS code
  • CH0 - Switzerland
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £327,000

Total value of the contract/lot: £327,000


Section five. Award of contract

Lot No

2

Title

Sample Collection Vessels and Partial Sample Equipment

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 December 2023

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Lockcon AG

Wil

Country

Switzerland

NUTS code
  • CH - Switzerland
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £80,000

Total value of the contract/lot: £80,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

Country

United Kingdom