Prior information notice
This notice is a call for competition
Section I: Contracting
authority
I.1) Name and addresses
MHRA
10 South Colonnade, Canary Wharf
London
E14 4PU
UK
Contact person: Jonathon Liam Moloney
E-mail: jonathon.moloney@mhra.gov.uk
NUTS: UKI31
Internet address(es)
Main address: https://www.gov.uk/government/organisations/medicines-and-healthcare-products-regulatory-agency
Address of the buyer profile: https://www.gov.uk/government/organisations/medicines-and-healthcare-products-regulatory-agency
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned 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
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Freeze Dryer Phase II
Reference number: C235782
II.1.2) Main CPV code
72100000
II.1.3) Type of contract
Services
II.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.<br/>To replace the HMI hardware for CS15 and CS150 with up-to-date equivalents that align with those used in Phase 1.<br/>To recreate the functionality of CS15 and CS150 PLCs like-for-like following the Schneider upgrade path.<br/>To re-create the CS15 and CS150 HMIs and allow for development of further requirement defined in collaboration with the MHRA.
II.1.5) Estimated total value
Value excluding VAT:
600 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
42961200
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
NIBSC<br/>Blanche Lane<br/>Potters Bar<br/>Hertfordshire<br/>EN6 3QG
II.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.<br/>To replace the HMI hardware for CS15 and CS150 with up-to-date equivalents that align with those used in Phase 1.<br/>To recreate the functionality of CS15 and CS150 PLCs like-for-like following the Schneider upgrade path.<br/>To re-create the CS15 and CS150 HMIs and allow for development of further requirement defined in collaboration with the MHRA.<br/>1. Project Definition<br/>– All parties to agree scope and ensure that everything is available for project commencement. <br/>– MHRA to provide any existing software backups (PLC / SCADA source code).<br/>– 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.<br/>– Both parties to agree deliverable format (e.g. schematic updates).<br/>2. Part Selection<br/>– 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.<br/>3. Electrical Design<br/>– With appropriate parts selected, the supplier will need to assess how the electrical design will be impacted by the proposed changes.<br/>– These impacts should be minimised wherever possible.<br/>– However, if changes are required, the supplier will need to modify any schematics while aligning with appropriate standards.<br/>4. Software Development<br/>– Software development for the PLC, HMI, SCADA and Data Historian can be started following on from part selection.<br/>– This will require the supplier to migrate functionality where possible.<br/>– Where the code cannot be migrated, the functionality will need to be replicated.<br/>– The HMI should be re-built to meet the requirements based on existing SCADA screens and workshops held with MHRA operators.<br/>5. FAT (Factory Acceptance Testing)<br/>– The control cabinets and associated hardware shall not be moved from the MHRA facility.<br/>– FAT is expected to test as much of the new software and hardware as possible without replicating site hardware.<br/>6. Plant Upgrades<br/>– This will include the MHRA ensuring that appropriate ethernet connection shall be made available and new virtual machines are available.<br/>7. SAT (Site Acceptance Testing)<br/>– 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.<br/>– SAT is expected to test all software and hardware associated with the replacement hardware and the existing site hardware.<br/>8. On-going contract Support<br/>– Support is expected for the warranty of the system following from SAT and moving onto general support for the years following the warranty end.<br/>– During these periods, the supplier is expected to ensure that recommend patches will not cause un-planned downtime.<br/>– It is desired that the supplier can also provide support for the Phase 1 system (CS100).
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 55
Quality criterion: Social Value
/ Weighting: 10
Cost criterion: Pricing
/ Weighting: 35
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
II.2.11) Information about options
Options:
Yes
Description of options:
Agency will have one twelve month extension option
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As in Supplier Response
Minimum level(s) of standards required:
As in Supplier Response
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As in Supplier Response
Minimum level(s) of standards required:
As in Supplier Response
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of expressions of interest
Date:
15/04/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.5) Scheduled date for start of award procedures
24/06/2024
Section VI: Complementary information
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
UK
E-mail: royalcourtsofjustice.jc@gov.uk
Internet address(es)
URL: https://www.gov.uk/
VI.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC4Y 1EU
UK
Internet address(es)
URL: https://www.cedr.com/
VI.5) Date of dispatch of this notice
08/04/2024