Section one: Contracting authority
one.1) Name and addresses
Nottingham Trent University (NTU)
50 Shakespeare Street
Nottingham
NG1 4FQ
Contact
Mark Lucas
Telephone
+44 1158488747
Country
United Kingdom
Region code
UKF14 - Nottingham
National registration number
GB 277399933
Internet address(es)
Main address
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