Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Hotel Accommodation Services

  • First published: 04 December 2020
  • Last modified: 04 December 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
UK Biocentre Ltd
Authority ID:
AA41207
Publication date:
04 December 2020
Deadline date:
04 January 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

UKBC is seeking the provision of hotel accommodation in Milton Keynes for UKBC staff.

UK Biocentre requires sufficient hotel rooms to meet demand, to the standards set out in the specification.

It is currently anticipated that up to approximately 100 rooms per night, 7 days per week, may be required (please note that no projected forecasts of hotel room requirements (whether set out in this contract notice or otherwise) are either warranted or guaranteed by UK Biocentre).

Hotels must be within 7.5 miles or 15 minutes’ drive of UK Biocentre, which is located in Tilbrook near Milton Keynes (postcode MK7 8AT). They must also be within 7.5 miles or 15 minutes’ drive of a railway station. There must be amenities such as a supermarket or other shops within walking distance from the relevant accommodation. Further requirements are set out in the Specification forming part of the procurement documents, accessible via www.mytenders.co.uk

Where a bidder is not the owner or manager of the accommodation being tendered (whether to meet additional volume required or as part of contingency plans or otherwise, depending on its solution), the bidder will be required to demonstrate the arrangements it has in place to deliver the accommodation and commitments from the relevant owner(s) and/or manager(s).

These services fall within Schedule 3 of the Public Contracts Regulations 2015 (as amended)/Annex XIV of Direct 2014/24/EU; UKBC is following an award process similar to the open procedure set out in Regulation 27/Article 27 respectively.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

UK Biocentre Ltd

Unit 2-3 Bradbourne Drive, Java Park, Tilbrook

Milton Keynes

MK7 8AT

UK

Telephone: +44 1614755386

E-mail: tenders@ukbiocentre.com

NUTS: UKJ12

Internet address(es)

Main address: www.ukbiocentre.com

Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA38249

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.mytenders.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.mytenders.co.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Hotel Accommodation Services

Reference number: UKBC002

II.1.2) Main CPV code

55110000

 

II.1.3) Type of contract

Services

II.1.4) Short description

UK Biocentre’s laboratories in Milton Keynes are being used to analyse swab samples to support the national effort against the Coronavirus pandemic. They are one of the three Lighthouse Labs – the biggest network of diagnostic testing facilities the UK has ever seen.

Operations have expanded rapidly to analyse swab samples to determine whether Covid-19 is present, and capacity requirements are continuing to increase over time. We have repurposed existing laboratories and built new ones to provide the capacity required for such a significant undertaking.

In order to achieve this level of testing. new temporary staff have been recruited, and this is expected to continue as the need for staff increases as capacity increases. To allow these staff to work at Biocentre laboratories in Milton Keynes on this project, UK Biocentre requires the provision of hotel accommodation.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

55130000

55000000

55100000

II.2.3) Place of performance

NUTS code:

UKJ12

II.2.4) Description of the procurement

UKBC is seeking the provision of hotel accommodation in Milton Keynes for UKBC staff.

UK Biocentre requires sufficient hotel rooms to meet demand, to the standards set out in the specification.

It is currently anticipated that up to approximately 100 rooms per night, 7 days per week, may be required (please note that no projected forecasts of hotel room requirements (whether set out in this contract notice or otherwise) are either warranted or guaranteed by UK Biocentre).

Hotels must be within 7.5 miles or 15 minutes’ drive of UK Biocentre, which is located in Tilbrook near Milton Keynes (postcode MK7 8AT). They must also be within 7.5 miles or 15 minutes’ drive of a railway station. There must be amenities such as a supermarket or other shops within walking distance from the relevant accommodation. Further requirements are set out in the Specification forming part of the procurement documents, accessible via www.mytenders.co.uk

Where a bidder is not the owner or manager of the accommodation being tendered (whether to meet additional volume required or as part of contingency plans or otherwise, depending on its solution), the bidder will be required to demonstrate the arrangements it has in place to deliver the accommodation and commitments from the relevant owner(s) and/or manager(s).

These services fall within Schedule 3 of the Public Contracts Regulations 2015 (as amended)/Annex XIV of Direct 2014/24/EU; UKBC is following an award process similar to the open procedure set out in Regulation 27/Article 27 respectively.

II.2.5) Award criteria

Criteria below:

Quality criterion: Service and quality / Weighting: 26

Quality criterion: Assurance of supply / Weighting: 14

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

The initial contract term will be 6 months, with the option to extend on further occasions by further 3-month periods up to a maximum total term of 1 year (i.e. inclusive of the initial term), with the contract anticipated to commence in early March 2021.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 04/01/2021

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 05/04/2021

IV.2.7) Conditions for opening of tenders

Date: 04/01/2021

Local time: 12:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

UK Biocentre reserves the right to discontinue or delay the procurement process and may decide not to award a contract as a result of this call for competition. UK Biocentre shall not be liable for any costs or expenses incurred by any bidder in considering and/or responding to the procurement process. Tenders and supporting documents must be priced in pounds sterling and all payments made under the contract will be in pounds sterling, unless otherwise advised.

Any volume of hotel rooms referred to within this contract notice and/or the procurement documents is indicative only and there is no guarantee or warranty of any hotel room volumes, particularly given that the position in relation to Covid-19 testing, and the Government’s response to it, continues to evolve. The service will need to be flexible to support UK Biocentre in its testing activities.

The estimated contract value for the initial period of 6 months may be in the region of GBP 1 000 000 to GBP 1 250 000 but the value may vary (and therefore may be lower or higher than this range) given that we cannot currently accurately predict Covid-19 activity and, consequently, the volume of hotel rooms required. As such, it is not possible to provide an overall maximum estimated value for the contract given the evolving nature of the Covid-19 pandemic and whether the contract will be extended up to the maximum 1 year period. However, based on the initial 6 month period highlighted above and whilst recognising the value may vary, the overall maximum value could be in the region of GBP 2- 2.5 million.

Note: to register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=221280

The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:221280)

VI.4) Procedures for review

VI.4.1) Review body

The High Court

London

UK

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.5) Date of dispatch of this notice

01/12/2020

Coding

Commodity categories

ID Title Parent category
55110000 Hotel accommodation services Hotel services
55100000 Hotel services Hotel, restaurant and retail trade services
55000000 Hotel, restaurant and retail trade services Other Services
55130000 Other hotel services Hotel services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tenders@ukbiocentre.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.