Tender

Battery Materials Synthesis Equipment

  • Centre For Process Innovation Ltd

F02: Contract notice

Notice identifier: 2024/S 000-000436

Procurement identifier (OCID): ocds-h6vhtk-042b32

Published 8 January 2024, 7:52am



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

Email

e-tendering@uk-cpi.com

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