Section one: Contracting authority
one.1) Name and addresses
Centre for Process Innovation Limited
Wilton Centre
Redcar
TS10 4RF
Telephone
+44 1642455340
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30305
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk/Default.aspx
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publiccontractsscotland.gov.uk/Default.aspx
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Scientific Research
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
2876 - MMIC Digital Laboratory
Reference number
2876
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
CPI's ambition is that MMIC acts as a Digital Lighthouse for the pharmaceutical industry, demonstrating a compliant connected ‘Factory of the Future’ through integration of data. Digital innovation sits at the core of our operation and will inform our operational strategy and deployment as we create and de-risk novel technologies for our partners.
This will be achieved through:
- The creation of a compliant digital factory of the future for manufacturing and supply operations.
- The development and implementation of novel digital solutions for advanced manufacturing.
This procurement will aid as part of the strategy to meet these ambitions. specifically, by delivering a compliant Digital Laboratory which will integrate the analytical demands of the building’s portfolio with quality systems and digital release tools, creating means of seamless data transfer.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
CPI's ambition is that MMIC acts as a Digital Lighthouse for the pharmaceutical industry, demonstrating a compliant connected ‘Factory of the Future’ through integration of data. Digital innovation sits at the core of our operation and will inform our operational strategy and deployment as we create and de-risk novel technologies for our partners.
This will be achieved through:
- The creation of a compliant digital factory of the future for manufacturing and supply operations.
- The development and implementation of novel digital solutions for advanced manufacturing.
This procurement will aid as part of the strategy to meet these ambitions. specifically, by delivering a compliant Digital Laboratory which will integrate the analytical demands of the building’s portfolio with quality systems and digital release tools, creating means of seamless data transfer.
This tender has been split into 4 different scopes of work:
Scope 1 - The Supply of High-end Analytical Equipment
Scope 2 - Laboratory Information Management System (LIMS)
Scope 3 - Integration of Analytical Equipment with LIMS
Scope 4 - Integration of Laboratory to Facility
The full, initial envisaged scope of work can be found in the User Requirement Brief (URB) included in the tender pack. Please download the tender pack from https://www.publiccontractsscotland.gov.uk/Default.aspx to access this information.
two.2.5) Award criteria
Quality criterion - Name: Ability to deliver a technical package of work that delivers a Digital Laboratory Solution for CPI’s MMIC / Weighting: 45%
Quality criterion - Name: Collaboration and Ongoing Ability to Meet the Developing Needs of MMIC / Weighting: 15%
Quality criterion - Name: Delivery Timescale / Weighting: 5%
Quality criterion - Name: Ongoing Maintenance and Support / Weighting: 5%
Price - Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Following the completion and return of the documents listed above, CPI will evaluate all fully compliant bids using the evaluation criteria listed in the tender documents. The top 3 scoring vendors that achieve a minimum overall score of 70% and have passed
all elements of the Standard Questionnaire will be invited to take part in Stage 2 of the tender to negotiate responses. Should no Bidder achieve 70%, CPI will progress the top 3 bidders to a round of negotiation to address any points of concern and invite a revised bid. Should revised bids not achieve 70%, these bids will be rejected.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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
31 May 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
9 June 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=730577.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
A sub-contract clause would not benefit this tender.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
A community benefits clause would not benefit this tender.
(SC Ref:730577)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff & Justice of the Peace Court
Sheriff Clerk's Office, 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom