CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT) |
YEW 3a, #1342, MOD Abbey Wood |
Bristol |
BS34 8JH |
UK |
Alexandra Lashmar
|
+44 3067933663 |
Alexandra.lashmar100@mod.gov.uk |
|
https://www.gov.uk/government/organisations/defence-equipment-and-support
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityQuality Delivery Partner (QDP) Pharmaceutical Services |
II.1.2)
|
Type of service contract3Main site or location of works, place of delivery or performance
Gloucestershire, Wiltshire and Bristol/Bath area. UKK1 |
II.1.3)
|
Information on framework agreement
 |
|
|
II.1.4)
|
Information on framework agreement (if applicable)
 |
|
 |
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds seven years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Nuclear, Biological, Chemical and Radiological protection equipment, medical specialist services, pharmaceutical products, pharmaceutical articles, medical equipment, pharmaceuticals and personal care products. The Chemical Biological Radiological Nuclear Team (CBRN) have a requirement for the provision of a quality delivery partner to provide pharmaceutical services to the front line command. The contractor will hold all appropriate uk medical license(s) for the distribution of controlled drugs.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35113200 |
|
|
|
|
|
II.1.7)
|
Information about subcontracting
 |
|
 |
|
 |
|
 |
|
 |
|
|
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe supplier will be responsible for delivering:
1) Provision of a qualified person (QP) to ensure activities carried out by the Authority are in compliance with Good Manufacturing Practice. (GMP), including:
(a) evaluations certification of batch records and certification of batches of in service medical countermeasures manufactured outside the EU and release to the UK for use by the authority (as the Market Authorisation Holder (MAH));
(b) undertake Good Manufacturing Distribution Practice (GMDP) audits of service providers and product manufacturers/suppliers on behalf of the authority;
(c) liaison with MHRA as necessary, including formal notification to Defective Medicines Reporting Centre (DMRC).
2) Qualified Person for Pharmacovigilance (QPPV) and nominated deputy, to provide on-going support as required for the provision of a fully compliant Pharmacovigilance service, including:
(a) review and comment on the in-house pharmacovigilance and provide medicine information on in-service pre-treatment sets and self administered post exposure treatment of Nerve Agent;
(b) liaison with other competent Authorities to ensure appropriate testing required as a result of registration is completed on behalf of the authority, within the relevant regulatory timelines;
(c) carry out safety monitoring for the products, compile periodic safety update reports and submit the reports to the relevant regulatory authorities.
3) Regulatory affairs consultant, provision of advice and services in order to ensure that the authority is compliant with EU and UK legislation. Notify the authority of any changes in legislation that may have an impact and provide advice on what must be implemented to ensure the market authorisations remain current and compliant;
4) Provision of a Responsible Person (RP) to ensure activities are carried in compliance with Good Distribution Practice (GDP)
(a) to be named as RP on the authorities WDA (Human and Veterinary) and Home Office Controlled Drugs License;
(b) support the authority in maintaining a compliant Quality Management System (QMS);
(c) support the authority in hosting compliance inspection by the competent authorities. |
|
2 500 0004 000 000 GBP |
II.2.2)
|
Information about optionsOption period 1: continued support from September 2025 to August 2026;
Option period 2: continued support from September 2026 to August 2027.
Both option periods to be individually taken up six months prior to the end of any potential contract period. |
|
Provisional timetable for recourse to these options54 |
II.2.3)
|
Information about renewals
|
II.3)
|
Duration of the contract or limit for completion60 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
This will be detailed in the ITN.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
This will be detailed in the ITN.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
This will be detailed in the ITN.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
This will be detailed in the ITN.
|
III.1.5)
|
Information about security clearance
31-08-2025
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation
This will be detailed in the ITN
This will be detailed in the ITN.
|
III.2.2)
|
Economic and financial standing
(c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:
(i) the overall turnover of the business of the economic operator; and
(ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.
This will be detailed in the ITN.
This will be detailed in the ITN.
|
III.2.3)
|
Technical and/or professional capacity
This will be detailed in the ITN.
This will be detailed in the ITN.
This will be detailed in the ITN.
This will be detailed in the ITN.
|
III.2.4)
|
Reserved contracts
 |
|
 |
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? Yes |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
IV.1.1)
|
Type of Procedure
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
 |
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
CBRN/00268
|
IV.3.2)
|
Previous publication(s) concerning the same contract
 |
|
 |
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for requests to participate 11-05-2020
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 29-05-2020
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
Section VI: Complimentary Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy.
The authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by a security aspects letter, the authority reserves the right to amend the terms of the security aspects letter to reflect any changes in national law or government policy whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.
The link below to the Gov.uk website provides information on the Government Security Classification. https://www.gov.uk/government/publications/government-security-classifications
Advertising Regime OJEU: this contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk
The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very low (Ref No: RAR-RA8Y8CT6).
Electronic Trading
Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for contractor deliverable's under the contract shall only be made via CP&F. You can find details on CP&F at https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system.
Interested suppliers are required to fully complete the pre-qualification questionnaire (PQQ) to answer all questions and provide the authority with information to evaluate the supplier’s capacity and capability against the selection criteria.
The authority will use the PQQ response to create a shortlist of tenderers who:
1) are eligible to participate;
2) fulfil any minimum economic, financial, professional and technical standards; and
3) best meet in terms of capacity and capability the selection criteria set out in the PQQ.
Full details of the method for choosing the tenderers will be set out in the PQQ. For all scored questions potential Suppliers must achieve a mark of 2 (Satisfactory), if you score below 2 (Satisfactory) the authority reserves the right to eliminate you from the competition.
During the PQQ stage, the intention is to arrive at a short list of a minimum of three (3) and a maximum of six (6) qualified potential suppliers for formal invitation to negotiate.
This list of six (6) qualified potential suppliers will be made up of the top six (6) performing PQQ responses.
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on http://www.contracts.mod.uk.
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: P99NVGBGMS.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
Go reference: GO-202049-DCB-16338005
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT) |
|
Bristol |
|
UK |
Alexandra.Lashmar100@mod.gov.uk |
+44 3067933663 |
|
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT) |
|
Bristol |
|
UK |
Alexandra.Lashmar100@mod.gov.uk |
+44 3067933663 |
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT) |
|
Bristol |
|
UK |
Alexandra.Lashmar100@mod.gov.uk |
+44 3067933663 |
|
|
|
VI.5)
|
Dispatch date of this Notice 09-04-2020 |