Tender

Supply, Delivery, Installation and Commissioning of an Automated Dosing Platform for CMAC

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2024/S 000-024281

Procurement identifier (OCID): ocds-h6vhtk-04524d

Published 2 August 2024, 12:07pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

McCance Building, 16 Richmond Street

Glasgow

G1 1XQ

Email

jemma.wylie@strath.ac.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.strath.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply, Delivery, Installation and Commissioning of an Automated Dosing Platform for CMAC

Reference number

UOS-31797-2024

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

This Contract Notice relates to a tender opportunity to provide the Continuous Manufacturing and Advanced Crystallisation centre (CMAC) with an Automated Dosing Platform to operate in their existing world class research facility in the Technology and Innovation Centre at the University of Strathclyde. This Lotted Contract will be awarded in whole, in part or not at all.

A sole supplier will be appointed to the each of the awarded Lots.

The platform will integrate with third party workflow software to dose specific amounts of solids and/or liquids to vials of a given size. CMAC are looking for solid and liquid dosing capability from the offered system(s). Tenderers will be able to submit a bid for either as a single combined solid & liquid dosing system or as a separate solid dosing platform and/or liquid dosing platform.

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

Solid Dosing System

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
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

Lot 1- Solid Dosing system.

The automated solid dosing platform will be required to dose a wide range of pharmaceutical powdered solids into an array of different containers. The material and amount to be dosed will be determined by third party workflow software. The controlling software for the solid dosing platform software must be able to integrate with third party workflow software and a liquid dosing system, as well as an automated balance, capping station and robotic arm (if not supplied as part of the solid dosing station). The solid dosing platform must fit inside a standard fumehood alongside a liquid dosing platform and an automated robotic arm must be able to access the vials that the been dosed and transport them to a table outside the fumehood.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

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

Duration in months

18

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: Yes

Description of options

The Contracting Authority reserves the right to request additional deliveries by the Successful Tenderer, either intended as partial replacement of supplies or installations or as extensions of existing supplies and installations.

The Contracting Authority may at it's sole discretion exercise this 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

two.2.14) Additional information

The contract duration is based on an estimated lead time of 6 months. This may be subject to change depending on Tenderer responses.

two.2) Description

two.2.1) Title

Liquid Dosing System

Lot No

2

two.2.2) Additional CPV code(s)

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

Lot 2- Liquid Dosing.

The automated liquid dosing platform will be required to dose a wide range of liquids into an array of different containers. The liquid and amount to be dosed will be determined by third party workflow software. The controlling software for the liquid dosing platform software must be able to integrate with third party workflow software and a solid dosing system, as well as an automated balance, capping station and robotic arm (if not supplied as part of the liquid dosing station). The liquid dosing platform must fit inside a standard fumehood alongside a solid dosing platform and an automated robotic arm must be able to access the vials that the been dosed and transport them to a table outside the fumehood.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

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

Duration in months

18

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: Yes

Description of options

The Contracting Authority reserves the right to request additional deliveries by the Successful Tenderer, either intended as partial replacement of supplies or installations or as extensions of existing supplies and installations.

The Contracting Authority may at it's sole discretion exercise this 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

two.2.14) Additional information

The contract duration is based on an estimated lead time of 6 months. This may be subject to change depending on Tenderer responses.

two.2) Description

two.2.1) Title

Combined Solid and Liquid Dosing System

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
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

Lot 3- Combined Solid and Liquid Dosing system

The automated combined solid and liquid dosing platform will be required to dose a wide range of pharmaceutical powdered solids and liquids into an array of different containers. The material/liquid and amount to be dosed will be determined by third party workflow software. The controlling software for the combined solid and liquid dosing platform software must be able to integrate with third party workflow software, as well as an automated balance, capping station and robotic arm (if not supplied as part of the combined solid and liquid dosing station). The combined solid and liquid dosing platform must fit inside a standard fumehood and an automated robotic arm must be able to access the vials that the been dosed and transport them to a table outside the fumehood.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

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

Duration in months

18

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: Yes

Description of options

The Contracting Authority reserves the right to request additional deliveries by the Successful Tenderer, either intended as partial replacement of supplies or installations or as extensions of existing supplies and installations.

The Contracting Authority may at it's sole discretion exercise this 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

two.2.14) Additional information

The contract duration is based on an estimated lead time of 6 months. This may be subject to change depending on Tenderer responses.


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

4B.1.2

4B.5.1-4B.5.3

Minimum level(s) of standards possibly required

4B.1.2 It is a requirement that bidders have a general yearly turnover in accordance with the Lot they are bidding for. If the bidder is bidding for Lot 1 only or Lot 2 only, the bidder must have a minimum of a minimum of 400,000.00 GBP for the last 3 years.

If the bidder is bidding for Lot 1 & 2 or Lot 3, the bidder must have a minimum of 800,000.00 GBP

4B.5.1 a-b. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently

awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = 10,000,000.00 GBP

Public Liability Insurance = 5,000,000.00 GBP

Product Liability Insurance = 5,000,000.00 GBP

In respect of any one incident and unlimited as to numbers of claims

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2

Minimum level(s) of standards possibly required

Bidders will be required to provide three (3) examples per Lot that they are bidding for that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Find a Tender Service Contract Notice or relevant section of the Site Notice.

Examples that apply to multiple Lots may be submitted for both Lots, for instance Lot 3- Combined Solid/Liquid Platform examples may also be submitted for Lot 1- Solid Dosing Instrument examples and Lot 2- Liquid Dosing Instrument examples.


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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-012197

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

Date

9 September 2024

Local time

12:00pm

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

Tender must be valid until: 7 January 2025

four.2.7) Conditions for opening of tenders

Date

9 September 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

It is the intention to award either Solid and Liquid Dosing Instrument or a Combined /Liquid Dosing Platform. The Contracting Authority reserves the right to award this contract at its sole discretion to a single supplier on a single lot or multiple lots each with a single supplier. A single lot will not be awarded to multiple suppliers.

The Contracting Authority reserves the right to award this contract in whole, in part or not at all.

The Contracting Authority reserves the right to award this contract in whole to all Lots, in part to multiple Lots, to a single Lot or not at all.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26998. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community Benefits will be part of this tender on a voluntary basis. Further detail can be found in the ITT document.

(SC Ref:770285)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

Glasgow

Country

United Kingdom