Opportunity

Freeze Dryer Phase II

  • MHRA

F01: Prior information notice (call for competition)

Notice reference: 2024/S 000-011295

Published 8 April 2024, 3:25pm



Section one: Contracting authority

one.1) Name and addresses

MHRA

10 South Colonnade, Canary Wharf

London

E14 4PU

Contact

Jonathon Liam Moloney

Email

jonathon.moloney@mhra.gov.uk

Country

United Kingdom

NUTS code

UKI31 - Camden and City of London

Internet address(es)

Main address

https://www.gov.uk/government/organisations/medicines-and-healthcare-products-regulatory-agency

Buyer's address

https://www.gov.uk/government/organisations/medicines-and-healthcare-products-regulatory-agency

one.3) Communication

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

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://health-family.force.com/s/Welcome

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Freeze Dryer Phase II

Reference number

C235782

two.1.2) Main CPV code

  • 72100000 - Hardware consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

To replace the PLC hardware for CS15 and CS150 with up-to-date equivalents that align with the Schneider upgrade path.
To replace the HMI hardware for CS15 and CS150 with up-to-date equivalents that align with those used in Phase 1.
To recreate the functionality of CS15 and CS150 PLCs like-for-like following the Schneider upgrade path.
To re-create the CS15 and CS150 HMIs and allow for development of further requirement defined in collaboration with the MHRA.

two.1.5) Estimated total value

Value excluding VAT: £600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 42961200 - Scada or equivalent system

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire
Main site or place of performance

NIBSC
Blanche Lane
Potters Bar
Hertfordshire
EN6 3QG

two.2.4) Description of the procurement

To replace the PLC hardware for CS15 and CS150 with up-to-date equivalents that align with the Schneider upgrade path.
To replace the HMI hardware for CS15 and CS150 with up-to-date equivalents that align with those used in Phase 1.
To recreate the functionality of CS15 and CS150 PLCs like-for-like following the Schneider upgrade path.
To re-create the CS15 and CS150 HMIs and allow for development of further requirement defined in collaboration with the MHRA.
1.       Project Definition
–     All parties to agree scope and ensure that everything is available for project commencement.
–     MHRA to provide any existing software backups (PLC / SCADA source code).
–     For software that is not available (such as the HMI), the supplier is expected to work with the MHRA to develop the requirements for the HMI.
–     Both parties to agree deliverable format (e.g. schematic updates).
2.       Part Selection
–     Using the information gathered at the project definition stage, the supplier will select updated hardware and software packages for the PLCs, HMIs, SCADAs, data historian and anti-virus software.
3.       Electrical Design
–     With appropriate parts selected, the supplier will need to assess how the electrical design will be impacted by the proposed changes.
–     These impacts should be minimised wherever possible.
–     However, if changes are required, the supplier will need to modify any schematics while aligning with appropriate standards.
4.       Software Development
–     Software development for the PLC, HMI, SCADA and Data Historian can be started following on from part selection.
–     This will require the supplier to migrate functionality where possible.
–     Where the code cannot be migrated, the functionality will need to be replicated.
–     The HMI should be re-built to meet the requirements based on existing SCADA screens and workshops held with MHRA operators.
5.       FAT (Factory Acceptance Testing)
–     The control cabinets and associated hardware shall not be moved from the MHRA facility.
–     FAT is expected to test as much of the new software and hardware as possible without replicating site hardware.
6.       Plant Upgrades
–     This will include the MHRA ensuring that appropriate ethernet connection shall be made available and new virtual machines are available.
7.       SAT (Site Acceptance Testing)
–     SAT will need to be staggered to reduce any concurrent downtime to the freeze dryers. This will require testing and commissioning only one freeze dryer at a time.
–     SAT is expected to test all software and hardware associated with the replacement hardware and the existing site hardware.
8.       On-going contract Support
–     Support is expected for the warranty of the system following from SAT and moving onto general support for the years following the warranty end.
–     During these periods, the supplier is expected to ensure that recommend patches will not cause un-planned downtime.
–     It is desired that the supplier can also provide support for the Phase 1 system (CS100).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Pricing / Weighting: 35

two.2.6) Estimated value

Value excluding VAT: £500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

two.2.11) Information about options

Options: Yes

Description of options

Agency will have one twelve month extension option

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

List and brief description of selection criteria

As in Supplier Response

Minimum level(s) of standards possibly required

As in Supplier Response

three.1.3) Technical and professional ability

List and brief description of selection criteria

As in Supplier Response

Minimum level(s) of standards possibly required

As in Supplier Response


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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 expressions of interest

Date

15 April 2024

Local time

12:00pm

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

English

four.2.5) Scheduled date for start of award procedures

24 June 2024


Section six. Complementary information

six.2) Information about electronic workflows

Electronic invoicing will be accepted

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Email

royalcourtsofjustice.jc@gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/

six.4.2) Body responsible for mediation procedures

Centre for Effective Dispute Resolution

70 Fleet Street

London

EC4Y 1EU

Country

United Kingdom

Internet address

https://www.cedr.com/