- Scope of the procurement
- Lot 1 - The Supply of Wholesale Pharmaceutical Products including Licensed, Generics, Specials and Unlicensed Medicines
- Lot 2 - The Supply of Dispensary and Delivery of Medical Pharmaceutical Articles and Associated Services to the UK MOD
- Lot 3 - The Manufacture and Supply of Unlicensed (Specials) Pharmaceutical Products
- Lot 4 - Over Labelled Pre-Packed Medicines
Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
Cedar 2A, Mailpoint #3237, MOD Abbey Wood
Bristol
BS348JH
Contact
Jack Hunt
jack.hunt141@teamleidos.mod.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://leidos-supply.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=53632
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://leidos-supply.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=53632
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://leidos-supply.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=53632
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Supply of Medical Pharmaceuticals Products, Provision of Dispensing Facilities and Overlabelling Service of Pre-packed Medicines
Reference number
LSL/MED/0109
two.1.2) Main CPV code
- 33600000 - Pharmaceutical products
two.1.3) Type of contract
Supplies
two.1.4) Short description
Team Leidos, trading through “Leidos Supply Limited”, and acting as Agent on behalf of the MoD, would like to make interested suppliers aware of our requirement for the Supply of Medical Pharmaceuticals Products, Provision of Dispensing Facilities and Overlabelling Service of Pre-packed Medicines. Contracts would commence during 2023 for a period of up to 4 years.
This includes: Pharmaceutical products. Pharmaceutical articles. Medicinal products for the alimentary tract and metabolism. Medicinal products for the blood, blood-forming organs and the cardiovascular system. Medicinal products for dermatology and the musculoskeletal system. Medicinal products for the genitourinary system and hormones. General anti-infectives for systemic use, vaccines, antineoplastic and immunodulating agents. Medicinal products for the nervous system and sensory organs. Medicinal products for the respiratory system. Various medicinal products. Stomatology devices. Sun protection products. The supply, delivery and dispensing of Medical Pharmaceutical products, to include stoma & ostomy products, haematological consumables and provision of pre packed over labelling.
The estimated total value across Lots 1 - 4 is £29,039,000 - £72,598,000.
two.1.5) Estimated total value
Value excluding VAT: £72,598,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - The Supply of Wholesale Pharmaceutical Products including Licensed, Generics, Specials and Unlicensed Medicines
Lot No
1
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for The Supply of Wholesale Pharmaceutical Products including Licensed, Generics, Specials and Unlicensed Medicines.
Estimated value for this lot ranges from £21,396,000 to £53,491,000. This is an estimate only.
Full information can be found within the tender pack.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £53,491,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 - The Supply of Dispensary and Delivery of Medical Pharmaceutical Articles and Associated Services to the UK MOD
Lot No
2
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for The Supply of Dispensary and Delivery of Medical Pharmaceutical Articles and Associated Services to the UK MOD.
Estimated value for this lot ranges from £4,290,000 to £10,724,000. This is an estimate only.
Full information can be found within the tender pack.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £10,724,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 - The Manufacture and Supply of Unlicensed (Specials) Pharmaceutical Products
Lot No
3
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for The Manufacture and Supply of Unlicensed (Specials) Pharmaceutical Products.
Estimated value for this lot ranges from £1,075,000 to £2,688,000. This is an estimate only.
Full information can be found within the tender pack.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,688,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 4 - Over Labelled Pre-Packed Medicines
Lot No
4
two.2.2) Additional CPV code(s)
- 33600000 - Pharmaceutical products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for Over Labelled Pre-Packed Medicines.
Estimated value for this lot ranges from £2,278,000 to £5,695,000. This is an estimate only.
Full information can be found within the tender pack.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,695,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-004294
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 June 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
1 June 2022
Local time
2:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This notice is for The Supply of Medical Pharmaceuticals Products, Provision of Dispensing Facilities and Overlabelling Service of Pre-packed Medicines and is broken down into four Lots;
Lot 1 - The Supply of Wholesale Pharmaceutical Products including Licensed, Generics, Specials and Unlicensed Medicines. Estimated value for this lot ranges from £21,396,000 to £53,491,000. This is an estimate only.
Lot 2 - This lot is for The Supply of Dispensary and Delivery of Medical Pharmaceutical Articles and Associated Services to the UK MOD. Estimated value for this lot ranges from £4,290,000 to £10,724,000. This is an estimate only.
Lot 3 - This lot is for The Manufacture and Supply of Unlicensed (Specials) Pharmaceutical Products. Estimated value for this lot ranges from £1,075,000 to £2,688,000. This is an estimate only.
Lot 4 - This lot is for Over Labelled Pre-Packed Medicines. Estimated value for this lot ranges from £2,278,000 to £5,695,000. This is an estimate only.
The estimated range of the procurement is £29,039,000 to £72,598,000 (over 4 year period) as Leidos reserve the right to:
(i) add additional scope in items to the schedule of requirement (SOR) during the life of the contract (any such items will fall within the scope of the Common Procurement Vocabulary (CPV) codes listed in the OJEU contract notice); and/or
(ii) to manage the range of items supplied under the Agreement (for instance, by de-listing slow moving or obsolescent items and/or adding new/replacement in-scope items).
Full details of the tender can be found within the tender documents at https://leidos-supply.app.jaggaer.com.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a security aspects letter), the authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.
https://www.gov.uk/government/publications/government-security-classifications
six.4) Procedures for review
six.4.1) Review body
Leidos Supply Ltd
Bristol
Country
United Kingdom