Servizi - 29437-2021

20/01/2021    S13

United Kingdom-London: Sport-related services

2021/S 013-029437

Voluntary ex ante transparency notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority/entity

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: philip.bunt@ukad.org.uk
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 believes that only one entity can fulfil UKAD’s requirements in relation to this contract, the King’s College London Drug Control Centre (DCC). To that end, UKAD intends to enter 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 is due to expire in March 2021 and therefore UKAD wishes to finalise its arrangements in respect of the next iteration of this contract.

In terms of the scope of the new contract, it is envisaged that this will be made up of an initial duration of 3 years, followed by the option to renew the contract for a further three 1-year extensions. In terms of contract value, UKAD estimates that this will be approximately GBP 2 million 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 did undertake an open competition, candidates would be 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) will have in place a current WADA accreditation at contract award. UKAD understands that securing accreditation could be prohibitively expensive when compared against the contract value and further, that the process could take as long as 2 years to complete. This would not leave sufficient time for a non-accredited supplier to mobilise between contract award and commencement of the services.

And

(ii) Such laboratory needs to be located in the UK to ensure that tests can 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 is that no other entity, other than DCC, could fulfil the contract requirements. To that end, UKAD intends to utilise 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. As a result of that exercise, UKAD is confident it has established that only DCC can fulfil the contract requirements.

UKAD has set out its further analysis below, so that readers have a fuller understanding of why UKAD believes that the circumstances justify 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

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure without prior publication
  • 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:

As described in section II.2.4) above, UKAD believes 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 is 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 believes it would be impossible to work with such suppliers in practice. This is a particular concern post 1 January 2021, where it appears 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 is analysed after the expiry of the minimum timescales stipulated by WADA, this could result in UKAD being unable to prosecute an athlete notwithstanding the fact that there are indications that they may have utilised performance enhancing drugs. It seems likely therefore that a non-UK based supplier, interested in this opportunity, would be 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 believes that it would not be 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 be able to separately award contracts for blood sample analysis and urine sample analysis. This is 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 be testing a high number of blood samples which may exceed 3 000, this would constitute an exceptional scenario. Therefore, UKAD would not be able to guarantee a minimum sample volume will 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) does 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 invalidate the UK's testing programme and it is highly likely that the UK would not be in a position to host international sporting events which in turn, would give rise to significant economic and political consequences.

IV.1.3)Information about framework agreement
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 247-615593

Section V: Award of contract/concession

V.2)Award of contract/concession
V.2.1)Date of contract award decision:
14/01/2021
V.2.2)Information about tenders
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor/concessionaire
Official name: Drug Control Centre, King’s College, University of London
National registration number: N/A established under Royal Charter & an exempt charity, therefore no national registration number
Postal address: Franklin-Wilkins Building, 150 Stamford Street
Town: London
NUTS code: UKI LONDON
Postal code: SE1 9NH
Country: United Kingdom
E-mail: adrian.1.smith@kcl.ac.uk
Telephone: +44 2078484848
Fax: +44 2078484980
Internet address: https://www.kcl.ac.uk/lsm/research/divisions/aes/research/Kings-Forensics/groups/dcc
The contractor/concessionaire will be an SME: no
V.2.4)Information on value of the contract/lot/concession (excluding VAT)
Initial estimated total value of the contract/lot/concession: 12 000 000.00 GBP
Total value of the contract/lot/concession: 12 000 000.00 GBP
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:

Any review proceedings should be promptly brought to the attention of Philip Bunt, Chief Operating Officer, UK Anti-Doping, Fleetbank House, 2-6 Salisbury Square, London, EC4Y 8AE, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015 (PCR). Any review proceedings must be brought within the timescales specified by the applicable law, including, without limitation, the PCR.

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:
15/01/2021