Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of Strathclyde
McCance Building, 16 Richmond Street
Glasgow
G1 1XQ
UK
E-mail: jemma.wylie@strath.ac.uk
NUTS: UKM82
Internet address(es)
Main address: http://www.strath.ac.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply, Delivery, Installation and Commissioning of an Automated Dosing Platform for CMAC
Reference number: UOS-31797-2024
II.1.2) Main CPV code
38000000
II.1.3) Type of contract
Supplies
II.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.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Solid Dosing System
II.2.2) Additional CPV code(s)
38000000
II.2.3) Place of performance
NUTS code:
UKM82
II.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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Cost
/ Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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.
Lot No: 2
II.2.1) Title
Liquid Dosing System
II.2.2) Additional CPV code(s)
38000000
II.2.3) Place of performance
NUTS code:
UKM82
II.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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Cost
/ Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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.
Lot No: 3
II.2.1) Title
Combined Solid and Liquid Dosing System
II.2.2) Additional CPV code(s)
38000000
II.2.3) Place of performance
NUTS code:
UKM82
II.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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Cost
/ Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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 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:
4B.1.2
4B.5.1-4B.5.3
Minimum level(s) of standards 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
III.1.3) Technical and professional ability
List and brief description of selection criteria:
4C.1.2
Minimum level(s) of standards 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.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-012197
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/09/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
07/01/2025
IV.2.7) Conditions for opening of tenders
Date:
09/09/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.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)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
Glasgow
UK
VI.5) Date of dispatch of this notice
02/08/2024