Opportunity

Enterprise Resource Planning (ERP) solution

  • Vaccines Manufacturing and Innovation Centre (UK) Limited

F02: Contract notice

Notice reference: 2021/S 000-004828

Published 10 March 2021, 1:36pm



Section one: Contracting authority

one.1) Name and addresses

Vaccines Manufacturing and Innovation Centre (UK) Limited

Harwell Campus

Didcot

OX11 ORH

Contact

Chris Peterson

Email

erptender@vmicuk.com

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.vmicuk.com

Buyer's address

https://www.vmicuk.com/about-us

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.vmicuk.com/tenders

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Vaccine Manufacture Development

one.5) Main activity

Other activity

Vaccination Manufacture Development


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Enterprise Resource Planning (ERP) solution

Reference number

2021-VMIC-001-ERP

two.1.2) Main CPV code

  • 72212451 - Enterprise resource planning software development services

two.1.3) Type of contract

Services

two.1.4) Short description

Enterprise Resource Planning (ERP) System potentially including Manufacturing, Materials Movement, Warehousing, Order Management, Quality Management, Engineering, Asset Management, Finance and Human Resources sub-systems. The system will be required to operate in a regulated pharmaceutical environment and must conform to GxP compliance requirements including EudraLex Volume 4, EudraLex Volume 4 Annex 11, and US FDA 21 CFR parts 11, 210 and 211. The solution is required to be a cloud-based 'Software as a Service' solution, to include Consultation, Project Management, Implementation, Hosting, Service Support and upgrades and must include robust Disaster Recovery Planning and Business Continuity provisions. The system and all data must be hosted in the UK.

two.1.5) Estimated total value

Value excluding VAT: £7,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 48451000 - Enterprise resource planning software package
  • 72266000 - Software consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Harwell Campus

Didcot

Oxon

OX11 ORH

two.2.4) Description of the procurement

The Vaccines Manufacturing and Innovation Centre (VMIC) is being established to promote, develop and accelerate the growth of the UK vaccine industry. This will be achieved through collaboration with the academic sector and subject matter experts which are rich in new vaccine technologies. VMIC provides expertise in process development and will provide manufacturing in the form of expert staff and a state-of-the-art manufacturing facility. VMIC will bridge the gap between research and expertise in development and manufacturing so that new vaccine products can enter clinical development. This is a value driver in terms of attracting funding for further development and partnering with the pharmaceutical industry for development to launch and manufacture vaccines. VMIC will also enhance UK preparedness and response capabilities for producing vaccines against emerging infectious diseases by allowing the UK government to use the facility and staff during an outbreak identified as a public health emergency of international concern. VMIC is a partner in the project to manufacture the Oxford Covid-19 vaccine.

The programme has now reached the phase in which an ERP System needs to be procured and its deployment built into the plan.

The compliance environment within which the organisation operates is governed by the following regulations which impose rigorous requirements on the organisation:

1) Eudralex Volume 4: Good Manufacturing Practice

2) Eudralex Volume 4 Good Manufacturing Practice: Annex 11 Computerised Systems

3) US FDA 21 CFR Part 11: Electronic Records & Electronic Signatures

4) US FDA 21 CFR Part 210: Current Good Manufacturing Practice in Manufacturing, Processing, Packing, or Holding of Drugs

5) US FDA 21 CFR Part 211: Current Good Manufacturing Practice for Finished Pharmaceuticals

Given the prevailing circumstances VMIC must make every effort to bring online its manufacturing and support services at the earliest opportunity. To meet this goal the implementation of an ERP system is considered an urgent requirement.

VMIC recognises that the service provider will be required to speedily provide robust solutions to its specific industry needs and anticipates a fully-managed configured off-the-shelf solution delivered with extensive support services based on industry knowledge and expertise, best in class project management and a low risk rapid implementation.

The expectation of VMIC is that that the solution can be implemented using a staged modular approach.

Initial licensing estimates will be based on 30 concurrent and 60 named user licenses.

The form of contract will be based on the UK Government Mid-Tier model.

The anticipated Term will be three years with an option to extend twice by 2 years on each occasion.

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

84

This contract is subject to renewal

Yes

Description of renewals

Initial 3 year term with options to extend. Potentially, 3 years + 2 years + 2 years = 7 year term. The value quoted in this notice is the anticipated maximum value for the full potential 7 year term. Any renewal/extension is entirely at VMIC discretion and subject to VMIC sole assessment of satisfactory performance. It should be noted that the VMIC default position is that any extension will be on firm or fixed terms/rates or improved terms/rates.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

Please refer to the Standard Selection Questionnaire (SQ)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Initial 3 year term with options to extend. Potentially, 3 years + 2 years + 2 years = 7 year term. The value quoted in this notice is the anticipated maximum value for the full potential 7 year term. Any renewal/extension is entirely at VMIC discretion and subject to VMIC sole assessment of satisfactory performance.It should be noted that the VMIC default position is that any extension will be on either firm or fixed terms/rates or improved terms/rates.

An option to add a Human Resources module at a later date.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to the Standard Selection Questionnaire (SQ)

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the Standard Selection Questionnaire (SQ)

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 April 2021

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

4 May 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


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.3) Additional information

VMIC does not support full electronic transaction capability at present. Deployment of the solution per this notice will facilitate this future capability.

six.4) Procedures for review

six.4.1) Review body

Vaccines Manufacturing & Innovation Centre (UK) Ltd

Harwell Campus

Didcot

OX11 0RH

Email

erptender@vmicuk.com

Country

United Kingdom