By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Procurement of Anti Retro Viral Drugs (ARVs) by the Crown Agents for and on behalf of DFID.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

The Crown Agents for Oversea Governments and Administrations Ltd for and on behalf of UK Government (Department for International Development)
Crown Agents St Nicholas House St Nicholas Road, Surrey
Contact point(s): Procurement Manager
For the attention of: Nigel Whyborn
SM1 1EL Sutton
UNITED KINGDOM
Telephone: +44 2087106697
E-mail:
Fax: +44 2087709719

Internet address(es):

General address of the contracting authority: www.crownagents.com

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Procurement of Anti Retro Viral Drugs (ARVs) by the Crown Agents for and on behalf of DFID.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: To potentiallly include but not limited to, the following countries:
Ghana, Ethiopia, Tanzania, South Africa, Lesotho, Zambia, Zimbabwe, Afghanistan, Burma, Nepal, Pakistan, India, Palestine, China, Nigeria and Bangladesh.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 15

Duration of the framework agreement

Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
Anti Retiro Virals (ARVs) to be supplied against DFID projects within various African and Asian countries during the next four year period.
II.1.6)Common procurement vocabulary (CPV)

33651400

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 9.4.2012. Completion 8.4.2016

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 financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details will be provided in the Invitation to Bid (ITB) document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Bidder must be a registered company.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Details of terms and conditions will be provided in the subsequent Invitation to Bid (ITB) document.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: All interested applicants must complete a Pre-Qualification Questionnaire (PQQ) which is available upon request from the nominated contact points in Seciotn I.1. The completed PQQ, which incorporates the requirements of Sections III.2.1. III.2.2 and III.2.3 below, must be returned by the date stipulated in Section IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: All interested applicants must complete a Pre-Qualification Questionnaire (PQQ) which is available upon request from the nominated contact points in Seciotn I.1. The completed PQQ, which incorporates the requirements of Sections III.2.1. III.2.2 and III.2.3 below, must be returned by the date stipulated in Section IV.3.4.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Potential bidders are advised that failure to have a minimum of one ARV product listed on the GFATM Pre-Qualification List in accordance with the requirements at the time of the issue of the PQQ will render their application ineligible for further consideration.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Accelerated restricted
Justification for the choice of accelerated procedure: Procurement of life saving drug.
It is crucial that patients maintain regular treatment regimens.
There is a limited source of pre-qualified quality assured ARV suppliers.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 15
Objective criteria for choosing the limited number of candidates: Based on the envisaged number of bidders who will have the required capacity to supply quality assured ARVs with a suitable track record and economic and financial standing.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
16.3.2012 - 23:59
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
2.3.2012