Section one: Contracting authority
one.1) Name and addresses
Defra Network eTendering Portal
17 Nobel House
London
SW1P 3JR
Telephone
+44 2080269898
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
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
https://defra.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://defra.bravosolution.co.uk/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Project 28735 - Manufacture and Supply of Avian and Bovine Purified Protein Derivatives (PPD) Tuberculin
Reference number
28735
two.1.2) Main CPV code
- 33600000 - Pharmaceutical products
two.1.3) Type of contract
Supplies
two.1.4) Short description
The requirement is for the Manufacture and Supply of Avian and Bovine Purified Protein Derivatives (PPD) Tuberculin to the Animal and Plant Health Agency (APHA). This product is for use in its bovine tuberculosis (bTB) testing scheme, which is the cornerstone of the bTB eradication programmes in England, Wales and Northern Ireland and the surveillance programme in Scotland.
two.1.5) Estimated total value
Value excluding VAT: £23,000,000
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
Delivery will be to the Animal and Plant Health Agency (APHA) in Addlestone, Surrey (UK).
two.2.4) Description of the procurement
Avian and Bovine Purified Protein Derivatives (PPD) Tuberculins are used in Defra's bovine tuberculosis (bTB) testing scheme, which is the cornerstone of the bTB eradication programmes in England, Wales and Northern Ireland and the surveillance programme in Scotland.
APHA currently require approximately 3,300 litres of PPD Tuberculin on an annual basis. Deliveries will be required on a monthly basis, with the avian and bovine PPD Tuberculins supplied in a paired presentation, available in two vial sizes (2ml and 5 ml).
The following quantities are required for the duration of the Contract:
• a minimum of 140 litres of avian PPD Tuberculin per month up to a maximum of 190 litres per month; and
• a minimum of 140 litres of bovine PPD Tuberculin per month up to a maximum of 190 litres per month.
The contract is scheduled to start in 2022, with deliveries commencing in 2023, and the contract period will be 5 years (with a further 24 months allowable extension). (Note that value shown on this notice is approximate and covers the full 7-year period.)
Key manufacturing and supply standards are as follows:
- UK Marketing Authorisation (MA) for both bovine and avian PPD Tuberculin products;
- A current Good Manufacturing Practice (GMP) certificate recognized by the UK's Veterinary Medicines Directorate (VMD) for the duration of the contract;
- Product tested according to, and at the time of delivery compliant with, the general standards defined in the European Pharmacopoeia Current Edition (monographs 0536 and 0535).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 2
Objective criteria for choosing the limited number of candidates:
If enough Applicants meet its requirements, the Authority’s shortlist will contain a minimum of five (5) and a maximum of five (5) Applicants. However, the Authority anticipates that only a maximum of two (2) Applicants can meet its requirements and will be shortlisted (if the qualification and technical requirements are met, as detailed in Section 2 (Evaluation) of the PQQ).
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
As detailed within the procurement documents.
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
Restricted 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 000-015285
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 September 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 March 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
WCA 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Defra Group Commercial
17 Smith Square
London
SW1P 3JR
Country
United Kingdom