Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Procurement for the Supply of Active Pharmaceutical Ingredient — Physostigmine Free Base

  • First published: 20 November 2019
  • Last modified: 20 November 2019
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Unknown
Authority ID:
AA47308
Publication date:
20 November 2019
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Full notice text

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)

MOD Abbey Wood #1342, NH1 Yew 3a

Bristol

BS34 8JH

UK

Miss K WIlson


+44 3067933663

Karen.wilson371@mod.gov.uk


https://www.gov.uk/government/organisations/defence-equipment-and-support


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Procurement for the Supply of Active Pharmaceutical Ingredient — Physostigmine Free Base

II.1.2)

Type of supplies contract

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

Main site or location of works, place of delivery or performance

UNITED KINGDOM.


UK

II.1.3)

Information on framework agreement

Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

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)

Pharmaceutical products, pharmaceutical articles, medical equipments, pharmaceuticals and personal care products, medical consumables, chemical products, specialised chemical products, nuclear, biological, chemical and radiological protection equipment,

the chemical biological radiological and nuclear protection delivery team is inviting expressions of interest in respect of a proposed contract for the development, process validation, manufacture and supply of physostigmine free base as an active pharmaceutical ingredient (API) for use in a Ministry of Defence (MOD) final medicinal product currently under development.

The supplier will be required to develop, scale-up and validate the manufacturing method, define a detailed specification and full characterisation of the API, Physostigmine (also known as eserine; chemical name 1,2,3,3aβ,8,8aβ-hexahydro-1,3a,8-trimethylpyrrolo[2,3-b] indol-5-yl-methylcarbamate; chemical formula C15H21N3O2; molecular weight 275,36 g/mol)

The supplier will be required to supply the authority with full information on the manufacture and control of the API as described in Annex I to Directive 2001/83/EC as amended (with particular reference to Part I, Section 3) and elaborated in the notice to applicants (Eudralex Volume 2: https://ec.europa.eu/health/documents/eudralex/vol-2_en).

The specification should meet modern standards and best endeavours should be taken to remove processing impurities. The specification should align with current regulatory requirements for active pharmaceutical ingredients (including Ph.Eur). The supplier will also be expected to analyse a sample (as much as is required) of the authority’s existing physostigmine API material, to assess the comparability of the 2 (to permit bridging between studies using old versus new material). The authority will review the comparability and determine whether the specification of the new API is acceptable.

The supplier will be required to conduct appropriate stability studies as often as required as per the international conference on harmonisation (standard and accelerated), forced degradation and provide data in the form of a written report (including protocol(s)) to support the shelf life to be applied. A shelf life of at least 3 years under storage conditions 2-8ºC is required.

The supplier will prepare a primary reference standard no later than the day of commencement of performance validation batches. This standard will be tested throughout its shelf life to maintain its usability and where necessary replaced with a new standard. This standard must be sufficient for all testing required throughout the life of the contract and the authority reserves the right to request quantities on an ad-hoc basis.

II.1.6)

Common Procurement Vocabulary (CPV)

33600000
33680000
33000000
33140000
24000000
24950000
35113200

II.1.7)

Information about subcontracting

Checked box
Checked box
Unchecked box
Unchecked box
Unchecked box

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 scope

The supplier will be responsible for delivering a laboratory scale batch within the first year of the contract, by 31.3.2021. Subject to successful completion of laboratory scale manufacture, the supplier will be responsible for a pilot scale up manufacture of an 8-10 kg batch (no less than 8 kg). Physostigmine produced at the pilot scale must be suitable for use in pivotal clinical trials and commercial manufacturing.

During the first option period (years 2 to 5 of the potential contract), the supplier will be responsible for establishing a scalable manufacturing process and delivery schedule capable of manufacturing up to 40 kg annually to meet the authority’s requirement, with the minimum requirement being manufacture and delivery of 10 kg.

This requirement includes validation of manufacturing process and analytical assays and the manufacture of 3 validation batches and characterisation of the API.

1) That MOD intends to seek a marketing authorisation for the final medicinal product from the medicines and healthcare products regulatory agency and physostigmine will be required as an active ingredient for the registered medicinal product;

2) The supplier is required to provide information necessary for the authority to complete the chemistry, manufacturing and control (CMC) documentation to support a clinical trial application (CTA) and marketing authorisation application for the final medicinal product and make this documentation available to the MA applicant in an appropriate format for inclusion within CTD Module 3.

 1 000 00010 000 000
GBP

II.2.2)

Information about options

First option period (4 years - April 2021 to March 2025), which will become contract years 2, 3, 4 and 5.

Second option period (5 years - April 2025-March 2030), which will become contract years 6, 7, 8, 9 and 10.

Provisional timetable for recourse to these options

6

II.2.3)

Information about renewals



Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

This will be specified in the invitation to negotiate.

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 specified in the invitation to negotiate.

III.1.4)

Other particular conditions to which the performance of the contract is subject

This will be specified in the invitation to negotiate.

III.1.5)

Information about security clearance


III.2)

Conditions for Participation

III.2.1)

Personal situation



The authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.

Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.

Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the authority.




III.2.2)

Economic and financial standing











III.2.3)

Technical and/or professional capacity











III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure

IV.1.1)

Type of Procedure


Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box

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

36

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

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/00265

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for requests to participate

 17-12-2019  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 16-01-2020

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

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-GFVY72BG).

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 complete the pre-qualification questionnaire (PQQ) to 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) or above, if you score below 2 (Satisfactory) for question DCO 5.1 or 5.2 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: 43W9T5S6SV.

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 tel. 0800 282 324.

Go reference: GO-20191115-DCB-15567326

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

Karen.wilson371@mod.gov.uk

+44 3067933663


Body responsible for mediation procedures


Ministry of Defence


Bristol


UK

Karen.wilson371@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


Bristol


UK

Karen.wilson371@mod.gov.uk

+44 306793363


VI.5)

Dispatch date of this Notice

 15-11-2019

Coding

Commodity categories

ID Title Parent category
24000000 Chemical products Materials and Products
33140000 Medical consumables Medical equipments
33000000 Medical equipments, pharmaceuticals and personal care products Materials and Products
35113200 Nuclear, biological, chemical and radiological protection equipment Safety equipment
33680000 Pharmaceutical articles Pharmaceutical products
33600000 Pharmaceutical products Medical equipments, pharmaceuticals and personal care products
24950000 Specialised chemical products Fine and various chemical products

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.