Opportunity

Project 28735 - Manufacture and Supply of Avian and Bovine Purified Protein Derivatives (PPD) Tuberculin

  • Defra Network eTendering Portal

F02: Contract notice

Notice reference: 2021/S 000-020396

Published 19 August 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Defra Network eTendering Portal

17 Nobel House

London

SW1P 3JR

Email

melanie.swain@defra.gov.uk

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