Contract notice

Information

Published

Date of dispatch of this notice: 20/08/2020

Expire date: 22/09/2020

External Reference: 2020-547641

TED Reference: 2020/S 162-395293

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

NHS South West - Acutes
1234
Acute Trusts
Paignton
South west region
UK
Contact person: Louise Rowe
Telephone: +44 1803660069
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.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=34241&B=NHSSW
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

Health

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Serialisation Automation
Reference number:  41027
II.1.2)

Main CPV code

42900000  -  Miscellaneous general and special-purpose machinery
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

On the 9th February 2019 new EU legislation came in to affect that all Licenced Products should comply with Falsified Medicines Directive. Torbay Pharmaceuticals purchased the Antares Solution to enable the application of a Unique Identifier. 2 Machines were purchased to enable TP to apply the required 2-D Barcode and Decommission where necessary. This was Phase 1 of the project. In order to ensure we are able to meet the demands of our current and future customers, automation is essential. The need to purchase an Automated Solution that will apply both the 2-D Barcode and the tamper evident label is required for each of our production lines, Ampoules and Vials.
II.1.5)

Estimated total value

Value excluding VAT: 240000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

42900000  -  Miscellaneous general and special-purpose machinery
II.2.4)

Description of the procurement

Torbay Pharmaceuticals have been manufacturing pharmaceuticals for over 35 years and is wholly owned by Torbay and South Devon NHS Foundation Trust. They are currently the largest NHS pharmaceutical manufacturing unit in the UK and manufactures unlicensed and licensed essential pharmaceuticals and CE Marked Medical Devices across a wide range of therapeutic areas. Annual Turnover is circa £20m pa and all profits are returned to the NHS Trust. On the 9th February 2019 new EU legislation came in to affect that all Licenced Products should comply with Falsified Medicines Directive. Torbay Pharmaceuticals purchased the Antares Solution to enable the application of a Unique Identifier. 2 Machines were purchased to enable TP to apply the required 2-D Barcode and Decommission where necessary. This was Phase 1 of the project. In order to ensure we are able to meet the demands of our current and future customers, automation is essential. The need to purchase an Automated Solution that will apply both the 2-D Barcode and the tamper evident label is required for each of our production lines, Ampoules and Vials.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 240000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  22/09/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  22/09/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

NA
NA
UK

VI.4.2)

Body responsible for mediation procedures

NA
NA
UK

VI.4.4)

Service from which information about the review procedure may be obtained

NA
NA
UK