Section one: Contracting authority
one.1) Name and addresses
Secretary of State for Health and Social Care acting as part of the Crown through Public Health England
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Country
United Kingdom
NUTS code
UKI45 - Lambeth
Internet address(es)
Main address
https://www.gov.uk/government/organisations/public-health-england
Buyer's address
https://www.gov.uk/government/organisations/public-health-england
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Sodium Chloride 0.9% for injection
Reference number
CM/PHV/21/25304
two.1.2) Main CPV code
- 33600000 - Pharmaceutical products
two.1.3) Type of contract
Supplies
two.1.4) Short description
Procurement exercise for a contract(s) for the supply of sodium chloride 0.9% for injection
two.1.5) Estimated total value
Value excluding VAT: £1,188,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
To a location in England to be notified to the successful bidder following contract award.
two.2.4) Description of the procurement
The provision of Sodium Chloride 0.9% for injection to be used in response to the Covid-19 pandemic. Deliveries will be required in 2021.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Quality criterion - Name: Risk / Weighting: 10
Quality criterion - Name: Delivery Date / Weighting: 15
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £1,188,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2021
End date
30 September 2021
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: Yes
Description of options
The contract has the option to be extended for up to an additional 3 months
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
Accelerated procedure
Justification:
The COVID-19 outbreak has given rise to an urgent need for an additional supply of these goods. This does not give the authority sufficient time to comply with the standard open procedure timescales for this procurement. Accordingly, the authority is using the accelerated time limits permitted under the Public Contract Regulations 2015 (regulation 27(5)) in respect of this procurement.
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
19 April 2021
Local time
1:00pm
Changed to:
Date
22 April 2021
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 1 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 April 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Responding to this notice: suppliers who do not respond to this procurement exercise in the following manner may be disqualified from the procurement process provided that the following conditions will operate in addition to and not replace any other conditions stated in the procurement documents which may result in disqualification.1) Submission of expression of interest and procurement specific information. This procurement exercise will be conducted on the eTendering portal at https://health-family.force.com/s/Welcome Candidates wishing to be considered for this procurement exercise must register and provide additional procurement specific information (if requested), through the eTendering portal as follows:1.1) if not already registered, candidates should register on the eTendering portal at https://health-family.force.com/s/Welcome and click the link to register:— ‘accept the terms and conditions’,— enter your correct business details,— click ‘Submit’ when complete,— you will shortly receive an email from the Salesforce platform asking you to finalise your registration;1.2) once registered, candidates must express interest as follows:(a) login to the eTendering portal,(b) select ‘View our Live Opportunities’,(c) select the opportunity that you are interested in,(d) ‘Register interest’,(e) select ‘confirm’,(f) once you have expressed interest, it will move to ‘My Proposals and Quotes’, where you can download additional documentation (if required) and construct your reply as instructed. You must then publish your reply using the ‘Publish’ button;1.3) for any support in registering on the portal or submitting your expression of interest please contact the Atamis Help-desk at +44 8009956035 or support-health@atamis.co.uk2) General supplier information. To manage and assess supplier information the contracting authority requests candidates provide their company profile in the Governments supplier information database, supplier registration, as follows2.1) If not already registered, candidates must go to the following web page https://supplierregistration.cabinetoffice.gov.uk and select ‘Register’ at the top right of the page. Key in details as requested to search for your company. If you do not have a D-U-N-S Number, click on the link at the right of the page to obtain a number from D&B. Candidates must obtain a Dun and Bradstreet (D&B) D-U-N-S Number to enable registration on supplier registration.2.2) Once registration is complete you are able to create and update your registered company profile. Candidates should ensure all the mandatory fields of their supplier registration profile are completed and up to date for each procurement exercise. D&B data will be supplied automatically by D&B.2.3) For further help or information concerning supplier registration, please contact the Helpdesk at:support@nqc.com or telephone +44(0)1614137982.The Contract(s) that are concluded as a result of this procurement exercise is for the benefit of the Authority and NHS bodies along with any other non-NHS bodies which are necessary for the delivery of services or goods to NHS bodies, local authorities, other government departments and their executive agencies or non-departmental public bodies charged with the delivery of healthcare or health related services in the United Kingdom, Crown Dependencies and British Overseas Territories including without limitation, the National Assembly for Wales, the Northern Ireland Assembly, and Scottish Ministers. The resulting products delivered against the Contract(s) may be made available to the UK devolved administrations, Crown Dependencies and British Overseas Territories to undertake their respective vaccination programmes.
six.4) Procedures for review
six.4.1) Review body
The High Court
Strand
London
WC2A 2LL
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom