Opportunity

One-off Contract for Supply of Drug Handling Services in respect of GREAT-2 Clinical Trial (Overlabelling, STorage & Distribution)

  • University of Dundee

F02: Contract notice

Notice reference: 2022/S 000-017332

Published 24 June 2022, 1:17pm



Section one: Contracting authority

one.1) Name and addresses

University of Dundee

Procurement, 3rd Floor, Tower Building, Nethergate

Dundee

DD1 4HN

Contact

Mary Kirkpatrick

Email

m.y.kirkpatrick@dundee.ac.uk

Telephone

+44 1382386604

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

http://www.dundee.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00105

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

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

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

One-off Contract for Supply of Drug Handling Services in respect of GREAT-2 Clinical Trial (Overlabelling, STorage & Distribution)

Reference number

UoD-LAB426-OO-2022

two.1.2) Main CPV code

  • 73110000 - Research services

two.1.3) Type of contract

Services

two.1.4) Short description

One-off Contract for the Over Labelling, Storage & Distribution of Research Drugs to Clinical Trial Sites (20 in UK and 10 in Spain)

two.1.5) Estimated total value

Value excluding VAT: £250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33600000 - Pharmaceutical products
  • 60000000 - Transport services (excl. Waste transport)
  • 63120000 - Storage and warehousing services
  • 79824000 - Printing and distribution services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • ES - Spain
Main site or place of performance

20 Trial Sites in Uk and 10 in Spain.

two.2.4) Description of the procurement

The objective of this procurement is to appoint a single Service Provider for the secondary labelling and packaging into kits of commercially supplied IMP vials and matching placebo vials, and their onward distribution to trial sites, as detailed below:

- Importer of Record: act as importer of record to the

UK.

- IMP to be provided by USA manufacturer and supplied

in naked vials which will be individually labelled

and packaged; a bivalent, bispecific human

immunoglobulin G1 kappa monoclonal antibody

- Placebo to be provided by USA manufacturer and

supplied in naked vials which will be individually

labelled and packaged

- Number of participants – Target recruitment is 90

participants

- Number of sites and countries:

UK: 20-25 sites

Spain: 5-10 sites

- Labelling:

Total number of vials: 1400, shipped in 2 batches

Over label packs (IMP and placebo), over labelling

to be done at 2-8C

Labelling options: Booklet label with two languages

(English and Spanish) on each vial/carton

two.2.5) Award criteria

Quality criterion - Name: Project Management & Communication / Weighting: 4

Quality criterion - Name: Randomisation & Drug Management / Weighting: 10

Quality criterion - Name: Labelling & Secondary Packaging / Weighting: 6

Quality criterion - Name: Storage of Packaged Drugs/Placebo Kits / Weighting: 4

Quality criterion - Name: Pack Distribution to Trial Sites / Weighting: 4

Quality criterion - Name: Testing & Release / Weighting: 2

Quality criterion - Name: Audit Control & Record Keeping / Weighting: 3

Quality criterion - Name: Experience of Servicing Similar Contracts / Weighting: 4

Quality criterion - Name: Business Continuity/Disaster Recovery Plan / Weighting: 3

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £250,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Could be extended beyond 24 months in event of delays in clinical trails due to circumstances outwith the University's control

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

All bidders will be required to have a MHRA Certificate of GMP Compliance of a Manufacturer/Manufacturer’s Authorisation – IMP with named Qualified Person (QP)

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in tender 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.2.2) Time limit for receipt of tenders or requests to participate

Date

29 July 2022

Local time

12:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

29 July 2022

Local time

12:00pm

Place

Online via PCS

Information about authorised persons and opening procedure

Mary Kirkpatrick, Category Manager, duly authorised


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

All as detailed in attached tender documents.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=697296.

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.publiccontractsscotland.gov.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.

(SC Ref:697296)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=697296

six.4) Procedures for review

six.4.1) Review body

Dundee Sheriff Court

West Bell Street

Dundee City

Country

United Kingdom