Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Freeze Dryer Phase II

  • First published: 09 April 2024
  • Last modified: 09 April 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-045066
Published by:
MHRA
Authority ID:
AA24104
Publication date:
09 April 2024
Deadline date:
15 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
72100000 Hardware consultancy services IT services: consulting, software development, Internet and support
42961200 Scada or equivalent system Command and control system

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
jonathon.moloney@mhra.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.