Tender Details
Title

High speed & ultra Centrifuges, rotors and services The Medicines and Healthcare productsRegulatory Agency (MHRA) is anexecutive agency (Agency) of theDepartment of Health and Social Care inthe United Kingdom. It ensures thatmedicines and medical devices work andare acceptably safe.MHRA responsibilities include:•Ensuring that medicines, medical ...

Country
Language
English
Organization
Published Date
04.10.2024
Deadline Date
04.12.2024
Overview
High speed & ultra Centrifuges, rotors and services The Medicines and Healthcare productsRegulatory Agency (MHRA) is anexecutive agency (Agency) of theDepartment of Health and Social Care inthe United Kingdom. It ensures thatmedicines and medical devices work andare acceptably safe.MHRA responsibilities include:•Ensuring that medicines, medical ... MHRA High speed & ultra Centrifuges, rotors and services - Opportunity High speed & ultra Centrifuges, rotors and services MHRA F01: Prior information notice (call for competition) Notice reference: 2024/S 000-031978 Published 4 October 2024, 6:06pm Watch this notice Newer publications F14. 2024/S 000-032310 Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object (7 lots)II. Object (7 lots) Scope of the procurement Lot 1,2,3 & 4. 2 Technical envelope Lot Lots 1,2,3,4. 3 Commercial envelope Lot 1,2,3 & 4. 4 Social Value Lot 1. 5 Worldwide Courier Ambient Lot 2. 6 Worldwide Courier Cold Chain Lot 3. 7 Freight Forwarding Lot 4. 8 UK Specialist Courier three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses MHRA 10 South Colonnade, Canary Wharf London E14 4PU Contact allen chan Email allen.chan@mhra.gov.uk Telephone +44 7884114995 Country United Kingdom NUTS code UKI31 - Camden and City of London Internet address(es) Main address https://www.gov.uk/government/organisations/medicines-and-healthcare-products-regulatory-agency Buyer's address https://www.gov.uk/government/organisations/medicines-and-healthcare-products-regulatory-agency one.3) CommunicationI.3) Communication Access to the procurement documents is restricted. Further information can be obtained at https://health-family.force.com/s/Welcome Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://health-family.force.com/s/Welcome Tenders or requests to participate must be submitted to the above-mentioned address Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at https://health-family.force.com/s/Welcome one.4) Type of the contracting authorityI.4) Type of the contracting authority National or federal Agency/Office one.5) Main activityI.5) Main activity Health Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title High speed & ultra Centrifuges, rotors and services Reference number c227271 two.1.2) Main CPV codeII.1.2) Main CPV code 64121000 - Multi-modal courier services two.1.3) Type of contractII.1.3) Type of contract Services two.1.4) Short descriptionII.1.4) Short description The Medicines and Healthcare products Regulatory Agency (MHRA) is an executive agency (Agency) of the Department of Health and Social Care in the United Kingdom. It ensures that medicines and medical devices work and are acceptably safe. MHRA responsibilities include: •Ensuring that medicines, medical devices and blood components meet applicable standards of safety, quality and efficacy. •Ensuring that the supply chain for medicines, medical devices and blood components is safe and secure. •Promoting international standardisation and harmonisation to assure the effectiveness and safety of biological medicines. •Helping to educate the public and healthcare professionals about the risks and benefits of medicines, medical devices and blood components, leading to safer and more effective use. •Supporting innovation and research and development that’s beneficial to public health. •Working collaboratively with partners in the UK and internationally to support our mission to enable the earliest access to safe medicines and medical devices and to protect public health. MHRA's mission is to assure the quality of biological medicines and medical devices. At the heart of this ground breaking research, is the preparation, storage and worldwide distribution of World Health Organization international standards and reference materials as benchmarks for product quality, which are used by industry, regulatory authorities and researchers world-wide. MHRA also produces reagents essential for the production of influenza vaccines each year and quality control reagents for the National Blood Service to help assure the safety of the UK blood supply. We currently distribute materials to in excess of 95 countries around the globe. These materials are transported under three temperature zones, Ambient, chilled 2˚c - 8˚c (ice packs), frozen -20˚C (Dry ice). These consignments have a validated cold chain life of between 96 and 120 hours. Due to the distances involved and the vagaries of local customs practices, firm management and control of the consignments is imperative. During the preceding four years we have seen our volumes grow year on year by the order of 12.5%. It is envisaged that the total expenditure for 2025/26 will be in the approximately £1,200,000 for all movement types. It would be the intention of the Agency to achieve some significant savings through this process whilst retaining high success rates in its delivery objectives. You as our courier, shall be crucial in ensuring this. two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £6,000,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for all lots Maximum number of lots that may be awarded to one tenderer: 2 two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title 2 Technical envelope Lot No Lot 1,2,3 & 4 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 64121000 - Multi-modal courier services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI31 - Camden and City of London two.2.4) Description of the procurementII.2.4) Description of the procurement Technical envelope questions shall be in the attached document two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 36 This contract is subject to renewal Yes Description of renewals Two Optional extensions each of 12 months. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title 3 Commercial envelope Lot No Lots 1,2,3,4 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 64121000 - Multi-modal courier services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI31 - Camden and City of London two.2.4) Description of the procurementII.2.4) Description of the procurement Commercial envelope price matrix shall be in the attached document two.2.5) Award criteriaII.2.5) Award criteria Price two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 36 This contract is subject to renewal Yes Description of renewals Two Optional extensions each of 12 months. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title 4 Social Value Lot No 1,2,3 & 4 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 64121000 - Multi-modal courier services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI31 - Camden and City of London two.2.4) Description of the procurementII.2.4) Description of the procurement Social Value Envelope two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 36 This contract is subject to renewal Yes Description of renewals Two Optional extensions each of 12 months. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title 5 Worldwide Courier Ambient Lot No 1 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 64121000 - Multi-modal courier services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI31 - Camden and City of London two.2.4) Description of the procurementII.2.4) Description of the procurement Worldwide Couriers - Ambient . Please refer to the envelope questions associated with this lot two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £820,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 36 This contract is subject to renewal Yes Description of renewals Two Optional extensions each of 12 months. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: Yes two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information Variant bids and contracts shall only be accepted at Buyers discretion, if it can be clearly demonstrated and guaranteed, that this offers the best value by the Supplier. two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title 6 Worldwide Courier Cold Chain Lot No 2 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 64121000 - Multi-modal courier services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI31 - Camden and City of London two.2.4) Description of the procurementII.2.4) Description of the procurement Worldwide Couriers - Cold Chain. Please refer to the envelope questions associated with this lot two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £950,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 36 This contract is subject to renewal Yes Description of renewals Two Optional extensions each of 12 months. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: Yes two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information Variant bids and contracts shall only be accepted at Buyers discretion, if it can be clearly demonstrated and guaranteed, that this offers the best value by the Supplier. two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title 7 Freight Forwarding Lot No 3 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 64121000 - Multi-modal courier services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI31 - Camden and City of London two.2.4) Description of the procurementII.2.4) Description of the procurement Freight Forwarding. Please refer to the envelope questions associated with this lot two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £3,700,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 36 This contract is subject to renewal Yes Description of renewals Two Optional extensions each of 12 months. two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options Buyer shall select the top three suppliers who offer the "Most Economical Advantageous Tender" two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title 8 UK Specialist Courier Lot No 4 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 64121000 - Multi-modal courier services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKI31 - Camden and City of London two.2.4) Description of the procurementII.2.4) Description of the procurement UK Specialist Courier. Please refer to the envelope questions associated with this lot two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 36 This contract is subject to renewal Yes Description of renewals Two Optional extensions each of 12 months. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: Yes Identification of the project Buyer shall select the top two suppliers who offer the "Most Economical Advantageous Tender" Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions A RESTRICTED competition shall be conducted for couriers who can demonstrate that they have established infrastructure and are able to transport dangerous goods including UN3373 and dry ice. This will be on a lotted basis for the following categories: Lot 1: Worldwide courier - principally ambient temperature and including UN3373 Lot 2: Worldwide courier - principally dry ice cold chain (UN1845). Lot 3: Freight Forwarders - airfreight services including UN2814 and other dangerous goods. Lot 4: UK Specialist Couriers - including same day, UN3373 and UN2814 capabilities. To be considered, Suppliers are requested to Register/Express their Interest (EOI) in the first instance. Please note: No documents shall accompany this PIN. three.1.2) Economic and financial standingIII.1.2) Economic and financial standing Selection criteria as stated in the procurement documents three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability List and brief description of selection criteria The requirements and question will be detailed in the technical envelope document Minimum level(s) of standards possibly required Couriers must be able to demonstrate that they have established infrastructure and are able to transport dangerous goods including UN3373 and dry ice. Section four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Restricted procedure four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes four.2) Administrative informationIV.2) Administrative information four.2.2) Time limit for receipt of expressions of interestIV.2.2) Time limit for receipt of expressions of interest Date 4 December 2024 Local time 12:00pm four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted English four.2.5) Scheduled date for start of award proceduresIV.2.5) Scheduled date for start of award procedures 20 December 2024 Section six. Complementary informationSection VI. Complementary information six.2) Information about electronic workflowsVI.2) Information about electronic workflows Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used six.3) Additional informationVI.3) Additional information If Suppliers are unable to express their interest via this esourcing tool please contact PIN owner at the email address provided six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body High Court 39 Victoria Street London SW1H 0EU Country United Kingdom Internet address https://www.gov.uk/government/organisations/department-of-health-and-social-care six.4.2) Body responsible for mediation proceduresVI.4.2) Body responsible for mediation procedures High Court 39 Victoria Street London SW1H 0EU Country United Kingdom Internet address https://www.gov.uk/government/organisations/department-of-health-and-social-care Back to top 1728587947 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action High speed & ultra Centrifuges, rotors and servicesMHRA  The Medicines and Healthcare productsRegulatory Agency (MHRA) is anexecutive agency (Agency) of theDepartment of Health and Social Care inthe United Kingdom. It ensures thatmedicines and medical devices work andare acceptably safe.MHRA responsibilities include:•Ensuring that medicines, medical ...  Notice typeF01: Prior information notice (Call for competition)Closing4 December 2024, 12:00pmContract locationUKI31 - Camden and City of LondonTotal value £6,000,000 Lot values £820,000; £950,000; £3,700,000 Publication date4 October 2024, 6:06pm
NAICS
Power Business All Other Professional Jewelry Other Direct Insurance (except Life Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Copper Religious Justice Automatic Environmental Control Manufacturing for Residential Other Professional Cookie Highway Turned Product and Screw Administration of Human Resource Programs (except Education Other Justice Medical Highway Direct Insurance (except Life Commercial Executive Direct Life International Jewelry Courts Executive Courts Highway Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Dry Machine Shops; Turned Product; and Screw Agencies Copper Professional Process Medical Funds Administration of Human Resource Programs (except Education
CPVS
Dried, salted, smoked or seasoned meat Tools Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper System, storage and content management software package Mains Control, safety, signalling and light equipment Influenza vaccines Nuts Sections Lavatory seats, covers, bowls and cisterns Publications Control, safety or signalling equipment for inland waterways Centrifuges, calendering or vending machines Lead Safes Research, testing and scientific technical simulator Safety cases Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Control, safety or signalling equipment for port installations Dry goods Command, control, communication and computer systems System, storage and content management software development services Nuclear, biological, chemical and radiological protection equipment Parts of chain Chain Watches Parts of centrifuges Vats Pressure-reducing, control, check or safety valves Other services Globes Ice Rotors Seats, chairs and related products, and associated parts Keys Envelopes Control, safety or signalling equipment for roads Envelopes, letter cards and plain postcards Centrifuges Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Tool parts Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Chains Nuts Awards Watches Storage General goods storage Distribution Quality control Movements Single room Case making services Financial Instruments, Products, Contracts and Agreements Clinical laboratory and toxicology testing systems, components, and supplies Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe
Sectors
Healthcare and Medicine Building Environment and Pollution-Recycling Automobiles and Auto Parts Supply Bridges and Tunnels Postal and Courier Services Roads and Highways-Bridge Infrastructure Transportation Printing and Publishing Services Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables Industry Aviation Petroleum Products Electronics Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert