The procurement documents are available for unrestricted and full direct access, free of charge at:
Lot No: 1
II.2.1) Title
Water Testing (Glasgow Area)
II.2.2) Additional CPV code(s)
71620000
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
The MMIC facility near Glasgow will require microbiological testing of water samples in accordance with Ph. Eur. [0169]. The following analysis techniques are required and have been included in pricing schedule for comparison:
-Microbiological monitoring (Ph. Eur.)
-Bacterial endotoxin testing (Ph. Eur.)
II.2.5) Award criteria
Criteria below:
Quality criterion: GMP Questionnaire
/ Weighting: 5
Quality criterion: Technical Specification
/ Weighting: 20
Quality criterion: Turnaround timescales (Lead Time)
/ Weighting: 20
Quality criterion: Qualification and Experience
/ Weighting: 20
Quality criterion: Order Processing, Account Management & Customer Service
/ Weighting: 5
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
48 months with 1 additional 12 months period extension options
at the discretion of the Authority.
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:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
RNA Therapeutic/Vaccines
II.2.2) Additional CPV code(s)
71620000
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
Our facility in Darlington currently manufactures RNA-LNP vaccines and therapeutics for Phase 1 clinical trials. Both the drug substance and drug product are presented as liquid formulations.
The requirements for RNA-LNP analysis include:
- Method development, verification and Phase appropriate validation (as required)
- Integrity analysis for RNA In-process samples, RNA-LNP drug substance and drug product (release and stability analysis)
- Process impurity testing for RNA-LNP drug substance and drug product
II.2.5) Award criteria
Criteria below:
Quality criterion: GMP Questionnaire
/ Weighting: 5
Quality criterion: Technical Specification
/ Weighting: 20
Quality criterion: Turnaround timescales (Lead Time)
/ Weighting: 20
Quality criterion: - Qualification and Experience
/ Weighting: 20
Quality criterion: Order Processing, Account Management & Customer Service
/ Weighting: 5
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
48 months with 1 additional 12 months period extension options
at the discretion of the Authority.
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:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Recombinant Protein Therapeutics
II.2.2) Additional CPV code(s)
71620000
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
Our facility in Darlington will, in the future, manufacture Recombinant protein vaccines and therapeutics produced in Microbial cell lines, for Phase 1 clinical trials. Both the drug substance and drug product are presented as liquid formulations.
The requirements for Recombinant Protein analysis include:
- Method development, verification and Phase appropriate validation (as required)
- Integrity analysis for Recombinant Protein drug substance and drug product (release and stability analysis)
- Process impurity testing for Recombinant Protein drug substance and drug product
II.2.5) Award criteria
Criteria below:
Quality criterion: GMP Questionnaire
/ Weighting: 5
Quality criterion: Technical Specification
/ Weighting: 20
Quality criterion: Turnaround timescales (Lead Time)
/ Weighting: 20
Quality criterion: Qualification and Experience
/ Weighting: 20
Quality criterion: Order Processing, Account Management & Customer Service
/ Weighting: 5
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
48 months with 1 additional 12 months period extension options
at the discretion of the Authority.
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:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Process and Product Microbiology (Teesside Area)
II.2.2) Additional CPV code(s)
71620000
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
Our facility in Darlington will require Microbiology testing to support the RNA-LNP and Recombinant Protein GMP manufacture.
The following analysis is required, all under Ph.Eur:
- Endotoxin (Buffers)
- Endotoxin (Process product Protein)
- Endotoxin (Process product RNA and RNA-LNP)
- Bioburden (Buffers)
- Bioburden (Process product Protein)
- Bioburden (Process product RNA and RNA-LNP)
II.2.5) Award criteria
Criteria below:
Quality criterion: GMP Questionnaire
/ Weighting: 5
Quality criterion: Technical Specification
/ Weighting: 20
Quality criterion: Turnaround timescales (Lead Time)
/ Weighting: 20
Quality criterion: Qualification and Experience
/ Weighting: 20
Quality criterion: Order Processing, Account Management & Customer Service
/ Weighting: 5
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
48 months with 1 additional 12 months period extension options
at the discretion of the Authority.
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:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
Process and Product Microbiology (Glasgow Area)
II.2.2) Additional CPV code(s)
71620000
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
Our facility in Glasgow will require Microbiology testing to support the GMP manufacturing of oligonucleotide therapies.
The following analysis is required, all under Ph.Eur:
- Endotoxin (Process product oligonucleotide)
- Bioburden (Process product oligonucleotide)
II.2.5) Award criteria
Criteria below:
Quality criterion: GMP Questionnaire
/ Weighting: 5
Quality criterion: Technical Specification
/ Weighting: 20
Quality criterion: Turnaround timescales (Lead Time)
/ Weighting: 20
Quality criterion: Qualification and Experience
/ Weighting: 20
Quality criterion: Order Processing, Account Management & Customer Service
/ Weighting: 5
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
48 months with 1 additional 12 months period extension options
at the discretion of the Authority.
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:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 6
II.2.1) Title
Oligonucleotides
II.2.2) Additional CPV code(s)
71620000
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
The facility at MMIC will manufacture both single and double stranded novel oligonucleotides for early phase clinical trials. The drug substance (API) may be a lyophilised powder or solution API and the finished drug product may be a solid or liquid formulation.
The requirements for oligonucleotides analysis include:
- Chemical analysis for oligonucleotide drug substance and drug product (release and stability analysis)
- Method development, verification and phase appropriate validation (as required)
II.2.5) Award criteria
Criteria below:
Quality criterion: GMP Questionnaire
/ Weighting: 5
Quality criterion: Technical Specification
/ Weighting: 20
Quality criterion: Turnaround timescales (Lead Time)
/ Weighting: 20
Quality criterion: Qualification and Experience
/ Weighting: 20
Quality criterion: Order Processing, Account Management & Customer Service
/ Weighting: 5
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
48 months with 1 additional 12 months period extension options
at the discretion of the Authority.
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:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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=774949.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/