Back to tenders & grants page
United Kingdom-London: Sport-related services
Receive Tenders like this by email

United Kingdom-London: Sport-related services

UK Anti-Doping (6990867) has announced on 27 Jul 2021 that is accepting bids for the following project: United Kingdom-London: Sport-related services.

The tender will take place in United Kingdom and will cover the Pharmaceutical & Medical industry.

The value of this project has not been disclosed by the donor and you can apply until Deadline date

After the deadline, Global Database will announce the contract award for United Kingdom-London: Sport-related services. In order to stay up-to-date with this tender and also to receive daily notifications about similar projects, you can subscribe to our newsletter for free.

Bellow you can find more information about the tender description and the bidding procedure.

Location: United Kingdom

General information

Donor:

UK Anti-Doping (6990867)

Industry:

Pharmaceutical & Medical

Status:

Accepting bids

Timeline

Published:

27 Jul 2021

Deadline:

Not available

Value:

Not available

Contacts

Name:

Philip Bunt

Phone:

+44 2079477882

+44 2078423489

+44 2079477882

Description

http://ted.europa.eu/udl?uri=TED:NOTICE:381672-2021:TEXT:EN:HTML&src=0&tabId=2

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: UK Anti-Doping
National registration number: 6990867
Postal address: Fleetbank House, 2-6 Salisbury Square
Town: London
NUTS code: UKI31 Camden and City of London
Postal code: EC4Y 8AE
Country: United Kingdom
Contact person: Philip Bunt
E-mail: [email protected]
Telephone: +44 2078423489
Internet address(es):
Main address: www.ukad.org.uk
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Recreation, culture and religion

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Laboratory Testing – UK Athlete Blood and Urine Testing

Reference number: 2020/S 247-615593
II.1.2)Main CPV code
92620000 Sport-related services
II.1.3)Type of contract
Services
II.1.4)Short description:

United Kingdom Anti-Doping Ltd (UKAD) is a non-departmental public body accountable to Parliament through the Department for Digital, Culture, Media and Sport. UKAD is the UK National Anti-Doping Organisation and provides testing services as well as case management, anti-doping intelligence and education services. UKAD requires the services of a laboratory to analyse UK athletes’ urine and blood samples in accordance with the World Anti-Doping Code. After conducting further consultation with the market, UKAD believed that only one entity could fulfil UKAD’s requirements in relation to this contract, the King’s College London Drug Control Centre (DCC). To that end, UKAD entered into a negotiation with DCC pursuant to regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015.

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 12 000 000.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)
71600000 Technical testing, analysis and consultancy services
71610000 Composition and purity testing and analysis services
71900000 Laboratory services
73111000 Research laboratory services
II.2.3)Place of performance
NUTS code: UKI London
Main site or place of performance:

London.

II.2.4)Description of the procurement:

UKAD is an active participant in the global fight against doping in sport and is the national body responsible for creating a UK-wide environment of confidence in clean sport. In the UK, UKAD ensures that sports bodies comply with the World Anti-Doping Code through implementation and management of the UK’s National Anti-Doping Policy.

A significant part of ensuring such compliance is the implementation of a robust testing regime. Since 2009, UKAD has outsourced its blood and urine testing requirements in respect of professional athletes to the King’s College London Drug Control Centre (DCC), the only laboratory in the UK which holds a World Anti-Doping Agency (WADA) accreditation. This arrangement expired in March 2021 and therefore UKAD wished to finalise its arrangements in respect of the next iteration of this contract.

In terms of the scope of the new contract, this is made up of an initial duration of 3 years, followed by the option to renew the contract for a further three one-year extensions. In terms of contract value, UKAD estimated that this will be approximately GBP 2 000 000 per year. In light of the fact that:

(i) a laboratory utilised to perform such testing must hold a WADA accreditation (as stipulated by WADA). In the event that UKAD had undertaken an open competition, candidates would have been required to self-certify that if identified as the successful bidder, the laboratory from which the services would be performed (a laboratory which must be based within the UK as explained below) would have in place a current WADA accreditation at contract award. UKAD understood that securing accreditation can be prohibitively expensive when compared against the contract value and further, that the process can take as long as 2 years to complete. This would not have left sufficient time for a non-accredited supplier to mobilise between contract award and commencement of the services; and

(ii) such laboratory would have needed to be located in the UK to ensure that tests could be transported quickly from the site at which the sample is taken from the athlete to the laboratory (to avoid degradation of the sample), UKAD’s view was that no other entity, other than DCC, could fulfil the contract requirements. To that end, UKAD utilised the negotiated procedure without prior publication of a contract notice to agree arrangements with DCC for the next iteration of the contract, in accordance with regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015 (PCRs) (i.e. competition is absent for technical reasons).

For reference, prior to commencing the procedure described above, UKAD published a prior information notice in the Official Journal of the European Union (reference: 2020/S 247-615593) to establish whether any alternative/viable suppliers exist. UKAD also published a Voluntary ex ante transparency notice in the Official Journal of the European Union under the same reference. As a result of those exercises, UKAD was confident it had established that only DCC could fulfil the contract requirements.

UKAD set out its further analysis in the notices, so that readers had a fuller understanding of why UKAD believed that the circumstances justified use of the negotiated procedure without prior publication of a contract notice.

II.2.5)Award criteria
Price
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

As described in Section II.2.4) above, UKAD believed that in respect of this opportunity, competition is absent for technical reasons, as:

WADA accreditation would be a pre-requisite.

The services must be performed within the UK – UKAD was aware that there are other suppliers outside of the UK which provide similar services to DCC and whose laboratories hold WADA accreditation. However, due to the

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below
  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons
Explanation:

UKAD believed that in respect of this opportunity, competition is absent for technical reasons, as:

WADA accreditation would be a pre-requisite.

The services must be performed within the UK – UKAD was aware that there are other suppliers outside of the UK which provide similar services to DCC and whose laboratories hold WADA accreditation. However, due to the timescales involved in transporting blood samples to a laboratory outside of the UK (which essentially spoil after a period of 48 hours), UKAD believed it would be impossible to work with such suppliers in practice. This was a particular concern post 1 January 2021, where it appeared very likely that delays at the UK border could result in the degradation of blood samples. Such samples can also be taken at various locations within the UK, not all of which are within easy access to a port. If a sample was analysed after the expiry of the minimum timescales stipulated by WADA, this could have resulted in UKAD being unable to prosecute an athlete notwithstanding the fact that there were indications that they may have utilised performance enhancing drugs. It seemed likely therefore that a non-UK based supplier, interested in this opportunity, would have been required to establish a laboratory within the UK and obtain a separate WADA accreditation in respect of that laboratory to perform the contract. For the reasons stated above, UKAD believed that it would not have been commercially viable, or possible within the timescales, for a non-UK based supplier to adopt this approach.

Separation of blood samples and urine samples: while the timescales related to analysing urine samples are much more flexible, UKAD would not have been able to separately award contracts for blood sample analysis and urine sample analysis. This was because in order to receive WADA accreditation, a laboratory must undertake a programme which analyses at least 3 000 samples per year. If a laboratory analysed only one type of sample (e.g. blood samples), the quantity would not be sufficient to meet the minimum 3 000 samples required. While there may be certain periods when the laboratory may have been testing a high number of blood samples which may exceed 3 000, this would have constituted an exceptional scenario. Therefore, UKAD would not have been able to guarantee a minimum sample volume would be processed through the supplier’s (UK) laboratory, in order for that laboratory to retain its WADA accreditation. As a result, dividing the contract into two separate contracts (i.e. one contract to process blood samples and another contract to process urine samples) did not present a viable option for UKAD.

In terms of the consequences of utilising a laboratory which was not accredited by WADA, or the WADA accreditation was withdrawn, this would have invalidated the UK's testing programme and it is highly likely that the UK would not have been in a position to host international sporting events which in turn, would have given rise to significant economic and political consequences.

IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 247-615593
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Title:

Laboratory Testing – UK Athlete Blood and Urine Testing

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
08/07/2021
V.2.2)Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Drug Control Centre, King's College London
Town: London
NUTS code: UKI London
Postal code: SE1 9NH
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 12 000 000.00 GBP
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court of England and Wales
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477882
Internet address: http://www.justice.gov.uk
VI.4.2)Body responsible for mediation procedures
Official name: High Court of England and Wales
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477882
Internet address: http://www.justice.gov.uk
VI.5)Date of dispatch of this notice:
22/07/2021

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more