Tender

Clinical Trial Manufacturing and Distribution Services

  • Nottingham Trent University (NTU)

F02: Contract notice

Notice identifier: 2024/S 000-024231

Procurement identifier (OCID): ocds-h6vhtk-0458a3

Published 2 August 2024, 7:19am



Section one: Contracting authority

one.1) Name and addresses

Nottingham Trent University (NTU)

50 Shakespeare Street

Nottingham

NG1 4FQ

Contact

Mark Lucas

Email

mark.lucas@ntu.ac.uk

Telephone

+44 1158488747

Country

United Kingdom

Region code

UKF14 - Nottingham

National registration number

GB 277399933

Internet address(es)

Main address

https://www.ntu.ac.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/128806

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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=84284&B=NTU

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=84284&B=NTU

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

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Clinical Trial Manufacturing and Distribution Services

Reference number

NTU/24/2615T/ML

two.1.2) Main CPV code

  • 33600000 - Pharmaceutical products

two.1.3) Type of contract

Supplies

two.1.4) Short description

Nottingham Trent University requires Clinical Trial Manufacturing and Distribution Services for manufacturing and distribution of fluoxetine (20mg) and a matching placebo.

two.1.5) Estimated total value

Value excluding VAT: £345,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 64120000 - Courier services
  • 64121000 - Multi-modal courier services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
  • UKK - South West (England)
  • UKJ - South East (England)
  • UKI - London
  • UKH - East of England
  • UKG - West Midlands (England)
  • UKF - East Midlands (England)
  • UKE - Yorkshire and the Humber
  • UKD - North West (England)
  • UKC - North East (England)

two.2.4) Description of the procurement

Nottingham Trent University requires Clinical Trial Manufacturing and Distribution Services for manufacturing and distribution of fluoxetine (20mg) and a matching placebo.

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: £345,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Standard Questionnaire plus candidates must demonstrate they have sufficient experience in successfully delivering similar clinical trial distribution services and mandatory legislative compliance, qualifications and accreditations (see tender documentation for more details).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Extension to initial contract period (see tender documentation for more details).

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

Manufacturer’s Authorisation (for Investigational Medicinal Products)

UK QP release on MIA IMP license.

Good Manufacturing Practice (GMP).

Good Distribution Practice (GDP).

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

See Tender Documentation

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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: 2024/S 000-014973

four.2.2) Time limit for receipt of tenders or requests to participate

Date

19 August 2024

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

27 August 2024

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


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.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom