header-left
File #: 0889-2005    Version: 1
Type: Ordinance Status: Passed
File created: 5/10/2005 In control: Health, Housing & Human Services Committee
On agenda: 5/23/2005 Final action: 5/25/2005
Title: To authorize and direct the Finance Director to enter into a contract for an option to purchase Vaccines with SmithKline Beecham Corp. d/b/a/ GlaxoSmithKline, to authorize the expenditure of one dollar to establish the contract from the Purchasing/Contract Operation Fund, to waive formal competitive bidding requirements, and to declare an emergency. ($1.00)
Attachments: 1. Purchase of Vaccines - GSK Waiver Form.pdf
Explanation

BACKGROUND: For the option to purchase Vaccines for all the Health Department, the largest user, and other agencies. The term of the proposed option contract would be from the date of execution for one (1) year with the option to extend for two additional one-year agreements.

The Purchasing Office solicited 23 vendors for the purchase of vaccines (SA001571). Of those solicited, 1 had certified MBE status and 1 had certified FBE status. The formal bid opened March 17, 2005. There was one proposal received (MBE:0; FBE:0).

The proposal was deemed non-responsive due to additional terms and conditions being submitted. The Health Department, the largest user, requested that SA0001571 be cancelled. The Purchasing Office previously opened SA001363 that resulted in two contracts leaving four items not awarded. Since two formal bid proposals have not yielded responsive bids for three of the items, (vaccins for Hepititis A, B, and A/B) and time is of the essence, the Health Department is requesting that the proposal from SmithKline Beecham Corp. d/b/a/ GlaxoSmithKline be considered on an informal basis and a contract established as they are the only responsible and best bid.

The Purchasing Office is recommending award of a contract to the only responsible and best bid:
SmithKline Beecham Corp. d/b/a/ GlaxoSmithKline, MAJ, CC#23-1099050
Estimated Annual Expenditure: $49,432.00

The company is not debarred according to the Excluded Party Listing System of the Federal Government or prohibited from being awarded a contract according to the Auditor of State Unresolved Findings for Recovery certified search. This ordinance is being submitted as an emergency because, without emergency action, no less than 37 days will be added to this procurement cycle and the efficient delivery of valuable public services will be slowed.

FISCAL IMPACT: Funding to establish this option contract is budgeted in the Purchasing Contract Account. All City agencie...

Click here for full text