web-banner-marketing2

Market Leads & Opportunities

United Kingdom-London: Provision of an Existing Antimicrobial to the NHS in England via a Subscription-based Payment Model

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2020/S 117-285217/EN)
Nature of contract: Supply contract
Procedure: Competitive dialogue
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: The NHS Commissioning Board (operating under the name of NHS England)
Postal address: Skipton House, 80 London Road
Town: London
Postal code: SE1 6LH
Country: United Kingdom
Telephone: +44 12345678
Email: mark.perkins@nhs.net
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of an Existing Antimicrobial to the NHS in England via a Subscription-based Payment Model
II.1.2) Main CPV code: 33650000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: NHS England seeks to appoint a suitably qualified and experienced supplier with the capability to supply an existing antimicrobial to the NHS in England via a subscription-based payment model.

II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
33651000

II.2.3) Place of performance
Nuts code: UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ, UKK
Main site or place of performance:ENGLAND.
II.2.4) Description of the procurement:
This procurement will be conducted by NHS England. The contract entered into pursuant to this procurement will be between the successful supplier and NHS England (the National Health Service Commissioning Board).
Organisations wishing to participate in the procurement must have at least one EU licensed antimicrobial that has a UK launch dated on or between 1 January 2017 and 31 December 2019 and that is active against one or more pathogens on the World Health Organisation priority pathogen list.
There is no limit on the number of antimicrobials that an organisation can offer.
Contracts awarded pursuant to the procurement are for use by the Department of Health and Social Care, Public Health England, the NHS in England, and by private sector healthcare contractors and agents working on behalf of the aforementioned.
The successful supplier will be responsible for supply of the selected antimicrobial from 1 April 2022.
The duration of any contract awarded will be for an initial period of three (3) years, with the option to extend (by mutual agreement) for an additional period or periods up to seven (7) years.
Further information is set out in the procurement documents which are available to download (see below for details).
NHS England intends to use the Bravo Solution eTender portal in this procurement.
To register and express interest — log on to the portal at: (registration and use of the website is free of charge).
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 100000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
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.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:As set out in the procurement documents.
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.2.2) Contract performance conditions: As set out in the procurement documents.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Competitive dialogueIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2020-07-22 Local time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2020-08-10
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2022-06-30

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
All procurement costs and liabilities incurred by bidders shall be the sole responsibility of bidders.
The contracting authority reserves the right to award in whole or in part.
The contracting authority reserves the right to annul the procurement process and not award any contract.
All documents to be priced in GBP and all payments made in GBP.
In relation to section II.2.10) of this notice, variants will be accepted to the extent permitted (if at all) in the invitation to participate in dialogue (ITPD) documents.
The successful supplier will be required to deliver community benefits in support of the contracting authority’s social, economic and environmental objectives. Accordingly, contract performance conditions may relate to social, economic and environmental considerations.
VI.4) Procedures for review
VI.4.1) Review body
Official name: NHS England (the National Health Service Commissioning Board)
Postal address: Skipton House, 80 London Road
Town: London
Postal code: SE1 6LH
Country: United Kingdom
VI.5) Date of dispatch of this notice:2020-06-16