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