Birmingham 2022: GSV.MED.030 - COVID Testing Provider

  Birmingham 2022 has published this notice through Delta eSourcing

Notice Summary
Title: GSV.MED.030 - COVID Testing Provider
Notice type: Contract Award Notice
Authority: Birmingham 2022
Nature of contract: Services
Procedure: Open
Short Description: The Birmingham Organising Committee for the 2022 Commonwealth Games requires a Partner to work with the OC to deliver COVID Testing Services. The Supplier will be responsible for providing the following: - Planning and management of the end-to-end turnkey solution - Utilise reverse transcriptase polymerase chain reaction (RT-PCR) testing solutions - The testing solution covering three key testing locations for arrivals. - The solution will also have to provide a testing solution to all competition venues and accommodation venues to facilitate daily testing. This will likely be through a drop-box system. - On-site testing, analysis and results capability is required for the three key sites between 19th July to 10th August. Further details can be obtained by downloading the procurement documentation.
Published: 08/11/2022 10:19

View Full Notice

UK-Birmingham: Laboratory services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Birmingham 2022
       1 Brindley Place, Birmingham, B1 2JB, United Kingdom
       Tel. +44 07951735849, Email: Mohammed.Yahiah@birmingham2022.com
       Contact: Mohammed Yahiah
       Main Address: https://www.delta-esourcing.com/delta
       NUTS Code: UKG

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Recreation, culture and religion

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: GSV.MED.030 - COVID Testing Provider            
      Reference number: GSV.MED.030

      II.1.2) Main CPV code:
         71900000 - Laboratory services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Birmingham Organising Committee for the 2022 Commonwealth Games requires a Partner to work with the OC to deliver COVID Testing Services.
The Supplier will be responsible for providing the following:
- Planning and management of the end-to-end turnkey solution
- Utilise reverse transcriptase polymerase chain reaction (RT-PCR) testing solutions
- The testing solution covering three key testing locations for arrivals.
- The solution will also have to provide a testing solution to all competition venues and accommodation venues to facilitate daily testing. This will likely be through a drop-box system.
- On-site testing, analysis and results capability is required for the three key sites between 19th July to 10th August.
Further details can be obtained by downloading the procurement documentation.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 4,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71900000 - Laboratory services.


      II.2.3) Place of performance
      Nuts code:
      UKG31 - Birmingham
   
      Main site or place of performance:
      Birmingham
             

      II.2.4) Description of the procurement: The Birmingham Organising Committee for the 2022 Commonwealth Games requires a Partner to work with the OC to deliver COVID Testing Services.
The Supplier will be responsible for providing the following:
- Planning and management of the end-to-end turnkey solution
- Utilise reverse transcriptase polymerase chain reaction (RT-PCR) testing solutions
- The testing solution covering three key testing locations for arrivals.
- The solution will also have to provide a testing solution to all competition venues and accommodation venues to facilitate daily testing. This will likely be through a drop-box system.
- On-site testing, analysis and results capability is required for the three key sites between 19th July to 10th August.
Further details can be obtained by downloading the procurement documentation.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Commercial / Weighting: 40
            

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2022/S 000-000687
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: GSV.MED.030    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 1          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Randox Laboratories Limited, NI015738
             Ardmore, 55 Diamond Road, Crumlin, County Antrim, BT29 4QY, Ireland
             NUTS Code: UKG
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 4,000,000          
         Total value of the contract/lot: 750,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=734132867

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          London, London, WC1A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.2) Body responsible for mediation procedures
          Birmingham 2022
          One Brindley Place, Birmingham, B12JB, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 08/11/2022




View any Notice Addenda

View Award Notice