Tender

2101 - Ongoing Servicing and Support for Equipment at CPI’s Biologics Platform

  • Centre for Process Innovation Limited

F02: Contract notice

Notice identifier: 2021/S 000-017102

Procurement identifier (OCID): ocds-h6vhtk-02ca3c

Published 20 July 2021, 4:04pm



Section one: Contracting authority

one.1) Name and addresses

Centre for Process Innovation Limited

Wilton Centre

Redcar

TS10 4RF

Email

e-tendering@uk-cpi.com

Telephone

+44 1642455340

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.uk-cpi.com

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://ne1procurementservices.com/content/live_tenders.php

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://ne1procurementservices.com/content/live_tenders.php

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Research and development


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

2101 - Ongoing Servicing and Support for Equipment at CPI’s Biologics Platform

Reference number

2101

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

This tender is to cover various maintenance packages including but not limited to Servicing, Spare Parts, Modifications, Consumables and Software for multiple pieces of equipment at CPI’s Biologics platform, based at the National Biologics Manufacturing Centre (NBMC) in Darlington. This tender is just to cover equipment managed by our Operations and Bioengineering department. A number of the systems are at full GMP and require services for this level.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Ongoing servicing and software/hardware for Environmental Monitoring System including MetOne Mobile airbourne particle counter

Lot No

1

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Ongoing servicing and software/hardware for Environmental Monitoring System including MetOne Mobile airbourne particle counter

two.2.5) Award criteria

Quality criterion - Name: Qualification and experience / Weighting: 25%

Quality criterion - Name: Methodology / Weighting: 20%

Quality criterion - Name: Spare parts and consumables / Weighting: 15%

Quality criterion - Name: Delivery conditions / Weighting: 10%

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.2.10) Information about variants

Variants will be accepted: No

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

two.2) Description

two.2.1) Title

Ongoing Servicing and Support for Isolators and VHP Equipment

Lot No

2

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Ongoing Servicing and Support for Isolators and VHP Equipment.

two.2.5) Award criteria

Quality criterion - Name: Qualification and experience / Weighting: 25%

Quality criterion - Name: Methodology / Weighting: 20%

Quality criterion - Name: Spare parts and consumables / Weighting: 15%

Quality criterion - Name: Delivery conditions / Weighting: 10%

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.2.10) Information about variants

Variants will be accepted: No

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

two.2) Description

two.2.1) Title

Ongoing Servicing and Support for Isolators and VHP Equipment (2)

Lot No

3

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Ongoing Servicing and Support for Isolators and VHP Equipment (2)

two.2.5) Award criteria

Quality criterion - Name: Qualifications and experience / Weighting: 25%

Quality criterion - Name: Methodology / Weighting: 20%

Quality criterion - Name: Spare parts and consumables / Weighting: 15%

Quality criterion - Name: Delivery conditions / Weighting: 10%

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.2.10) Information about variants

Variants will be accepted: No

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

two.2) Description

two.2.1) Title

Ongoing Servicing and Support for Cryofreezer Equipment

Lot No

4

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Ongoing Servicing and Support for Cryofreezer Equipment.

two.2.5) Award criteria

Quality criterion - Name: Qualifications and experience / Weighting: 25%

Quality criterion - Name: Methodology / Weighting: 20%

Quality criterion - Name: Spare parts and consumables / Weighting: 15%

Quality criterion - Name: Delivery conditions / Weighting: 10%

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.2.10) Information about variants

Variants will be accepted: No

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

two.2) Description

two.2.1) Title

Ongoing Servicing and Support for Washer Equipment

Lot No

5

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Ongoing Servicing and Support for Washer Equipment.

two.2.5) Award criteria

Quality criterion - Name: Qualifications and experience / Weighting: 25%

Quality criterion - Name: Methodology / Weighting: 20%

Quality criterion - Name: Spare parts and consumables / Weighting: 15%

Quality criterion - Name: Delivery conditions / Weighting: 10%

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.2.10) Information about variants

Variants will be accepted: No

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

two.2) Description

two.2.1) Title

Ongoing Servicing and Support for Recirculating Microbiological Safety Cabinets and Powder Booth equipment

Lot No

6

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Ongoing Servicing and Support for Recirculating Microbiological Safety Cabinets and Powder Booth equipment.

two.2.5) Award criteria

Quality criterion - Name: Qualifications and experience / Weighting: 25%

Quality criterion - Name: Methodology / Weighting: 20%

Quality criterion - Name: Spare parts and consumables / Weighting: 15%

Quality criterion - Name: Delivery conditions / Weighting: 10%

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.2.10) Information about variants

Variants will be accepted: No

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

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

20 August 2021

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

20 August 2021

Local time

12:30pm


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=661145.

(SC Ref:661145)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

Sheriff Clerk's Office, 1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom