Tender

Doping Control Sample Collection Equipment

UNITED KINGDOM ANTI-DOPING LIMITED

This public procurement record has 1 release in its history.

Tender

18 Apr 2023 at 21:03

Summary of the contracting process

The United Kingdom Anti-Doping Limited (UKAD) is seeking suppliers for Doping Control Sample Collection Equipment. This tender falls under the category of sports goods and equipment. The procurement process is currently at the tender stage, with a tender period ending on June 18, 2023. The contract is valued at £500,000 GBP and has a minimum value of £250,000 GBP. The procurement method is an open procedure with the following contract period: August 21, 2023, to August 20, 2029, potentially extendable for another 3 years.

This tender by UKAD presents an opportunity for businesses to provide Doping Control Sample Collection equipment, requiring ISO 9001 certification, relevant experience, and a sustainable approach. Small and medium-sized enterprises (SMEs) would be well-suited to compete in this procurement process. Businesses located in the East Midlands, United Kingdom, are particularly encouraged to participate in this opportunity to support anti-doping efforts in sports.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Doping Control Sample Collection Equipment

Notice 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). Prospective bidders should refer to all attached tender documents, and submit their tender responses to procurement@ukad.org.uk

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-407bee00-c40a-44e1-b360-82c3730c16e7
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/f08832fa-0981-4792-ae8f-7c928109811c
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

37 - Musical instruments, sport goods, games, toys, handicraft, art materials and accessories


CPV Codes

37400000 - Sports goods and equipment

Notice Value(s)

Tender Value
£500,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Apr 20232 years ago
Submission Deadline
18 Jun 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
20 Aug 2023 - 20 Aug 2029 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
UNITED KINGDOM ANTI-DOPING LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LOUGHBOROUGH
Postcode
LE11 3QF
Post Town
Leicester
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF2 Leicestershire, Rutland and Northamptonshire
Small Region (ITL 3)
TLF22 Leicestershire CC and Rutland
Delivery Location
TLF East Midlands (England)

Local Authority
Charnwood
Electoral Ward
Loughborough Ashby
Westminster Constituency
Loughborough

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-407bee00-c40a-44e1-b360-82c3730c16e7-2023-04-18T22:03:45+01:00",
    "date": "2023-04-18T22:03:45+01:00",
    "ocid": "ocds-b5fd17-407bee00-c40a-44e1-b360-82c3730c16e7",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "FTS ref: 2023/S 000-011162",
        "title": "Doping Control Sample Collection Equipment",
        "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). Prospective bidders should refer to all attached tender documents, and submit their tender responses to procurement@ukad.org.uk",
        "datePublished": "2023-04-18T22:03:45+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "37400000",
            "description": "Sports goods and equipment"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 250000,
            "currency": "GBP"
        },
        "value": {
            "amount": 500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2023-06-18T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2023-08-21T00:00:00+01:00",
            "endDate": "2029-08-20T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "goods",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/f08832fa-0981-4792-ae8f-7c928109811c",
                "datePublished": "2023-04-18T22:03:45+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "biddingDocuments",
                "description": "Invitation to Tender - detailed information of tender process, rules, timetable, and evaluation criteria and methodology",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/311d5c66-1705-4f62-8354-61d5627457dc",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "biddingDocuments",
                "description": "Invitation to Tender - Selection questionnaire - Part A of tender questionnaires",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/6fa52384-bd2f-4688-b353-174c167394a6",
                "format": "application/pdf"
            },
            {
                "id": "4",
                "documentType": "biddingDocuments",
                "description": "Invitation to Tender - Award questionnaire - Part B of tender questionnaires",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/28ebd37b-5d44-4b42-a179-1d6f1ee1885b",
                "format": "application/pdf"
            },
            {
                "id": "5",
                "documentType": "technicalSpecifications",
                "description": "Specification for all Doping Control Sample Equipment and supplier requirements",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/74fa44be-0586-430b-818a-8cd003edae6e",
                "format": "application/pdf"
            },
            {
                "id": "6",
                "documentType": "contractDraft",
                "description": "Contract proposed by UKAD",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/592c479b-5f6e-4ba5-a341-2d528f475364",
                "format": "application/pdf"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/dr4d5MD9",
            "name": "UNITED KINGDOM ANTI-DOPING LIMITED",
            "identifier": {
                "legalName": "UNITED KINGDOM ANTI-DOPING LIMITED",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/dr4d5MD9"
            },
            "address": {
                "streetAddress": "SportPark, 3 Oakwood Drive",
                "locality": "Loughborough",
                "postalCode": "LE11 3QF",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Hamish Coffey",
                "email": "procurment@ukad.org.uk",
                "telephone": "0207 842 3450"
            },
            "details": {
                "url": "http://www.ukad.org.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/dr4d5MD9",
        "name": "UNITED KINGDOM ANTI-DOPING LIMITED"
    }
}