Section one: Contracting authority
one.1) Name and addresses
Centre For Process Innovation Ltd
Discovery 2, William Armstrong Way, NETPark
Sedgefield
TS21 3FH
Contact
Ben Westwood
Telephone
+44 1740625716
Country
United Kingdom
NUTS code
UKC - North East (England)
Internet address(es)
Main address
https://in-tendhost.co.uk/uk-cpi/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/uk-cpi/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/uk-cpi/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Technology Development
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Battery Materials Synthesis Equipment
Reference number
3085
two.1.2) Main CPV code
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.1.3) Type of contract
Supplies
two.1.4) Short description
Battery Materials Synthesis Equipment - CPI has existing capabilities for synthesis of battery materials up to a scale of ~1 kg. With this tender CPI are seeking to expand the capability to produce 10 kg batches of active materials. CPI requires a series of equipment to facilitate the synthesis of battery active materials at a scale of approximately 10 kg per batch. A number of different unit operations will be required to be procured as part of this activity, which are outlined in the technical scope. Ideally CPI is looking for a single provider for all unit operations, effectively providing a ‘turn-key’ solution. This equipment will be installed in the Coxon building in Sedgefield. Please refer to the tender pack for further information relating to this requirement
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Where a single supplier solution is not possible to facilitate award of Lot 1, CPI reserves the right to not award this Lot and will therefore look to award a combination of the other 3 Lots (lots 2 – 4) as required to conform to our required specification. Similarly, should an acceptable solution be provided by individual supplier responses to Lot 1 for the full turnkey solution, CPI reserves the
two.2) Description
two.2.1) Title
Lot 1 - Turnkey Solution Provider
Lot No
1
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
two.2.4) Description of the procurement
If practicable, CPI is seeking a single provider of all equipment as outlined within the ITT. This provider must be able to meet the technical specifications of the individual lots as outlined in the URB document.
two.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 value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Options can be provided to conform to the required specification
two.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) Description
two.2.1) Title
Lot 2 - Equipment
Lot No
2.1-2.7
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
two.2.4) Description of the procurement
Equipment Providers
two.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 system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Options can be provided as detailed within ITT
two.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) Description
two.2.1) Title
Lot 3 - Materials Transfer Technology
Lot No
3
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
two.2.4) Description of the procurement
As the facility will be handling toxic materials such as those containing nickel and cobalt compounds CPI would ideally like to procure equipment that will allow the safe transfer of the materials between unit operations. Ideally this should be integrated into equipment in other lots with ease and with minimal to no exposure of the operators to the toxic materials. Please refer to the ITT for further information
two.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 system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Options can be provided
two.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) Description
two.2.1) Title
Lot 4 - 1.10 Supervisory Control and Data Acquisition (SCADA) System
Lot No
4
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
two.2.4) Description of the procurement
All unit operations are required to connect to a supervisory system/SCADA and central database (e.g. SQL) to extract both process parameters and sensor readings (where applicable), please refer to the ITT pack for further information relating to this requirement
two.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 system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Options can be provided
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 February 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
9 February 2024
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Centre for Process Innovation
Wilton Centre, Wilton
Redcar
TS10 4RF
Country
United Kingdom