Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract involves joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
Section II: Object
II.1)Scope of the procurement
II.1.2)Main CPV code33600000
II.1.3)Type of contractSupplies
II.1.4)Short description:
Sterile Fluids [1232326].
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)33600000
II.2.3)Place of performanceNUTS code: UKN
II.2.4)Description of the procurement:
Sterile Fluids [1232326].
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Compliance with Contract Scope and Specification / Weighting: Pass/Fail
Quality criterion - Name: Product Characteristics: Container Overwrap (applicable to Non-Aseptics section only) / Weighting: 5 %
Quality criterion - Name: Product Characteristics: Accessibility of Transportation Case (applicable to Non-Aseptics and Rapid Infuser sections only) / Weighting: 2.5 %
Quality criterion - Name: Product Characteristics: Labelling/Printing of Transportation Case (applicable to Non-Aseptics and Rapid Infuser sections only) / Weighting: 2.5 %
Quality criterion - Name: Product Characteristics: Product Sterility (applicable to Aseptics I, Aseptics II and Rapid Infuser sections only) / Weighting: 10 %/5 %
Quality criterion - Name: Governance, Quality Control and Risk: Pharmaceutical Quality Assessment (PQA) section 1 / Weighting: Pass/Fail
Quality criterion - Name: Governance, Quality Control and Risk: Pharmaceutical Quality Assessment (PQA) section 2 onwards / Weighting: 50 %
Price - Weighting: 40 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
Renewal exercise will commence within last year of contract period.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 08/10/2018
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 tenderTender must be valid until: 06/04/2019
IV.2.7)Conditions for opening of tendersDate: 08/10/2018
Local time: 15:30
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyBusiness Services Organisation Procurement and Logistics Service
Belfast
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:07/09/2018