Award

Enterprise Resource Planning (ERP) solution

VACCINES MANUFACTURING AND INNOVATION CENTRE (UK) LIMITED

This public procurement record has 2 releases in its history.

Award

03 Sep 2021 at 09:50

Tender

10 Mar 2021 at 13:36

Summary of the contracting process

The Vaccines Manufacturing and Innovation Centre (VMIC) has initiated a procurement process for an Enterprise Resource Planning (ERP) solution, which falls under the services category of the IT industry. The tender, expected to facilitate robust business operations within the regulated pharmaceutical sector, is located at the Harwell Campus in Didcot, UK. The procurement stage is currently at the active tender phase, with submissions closing on 9th April 2021. The project is governed by strict compliance regulations, necessitating adherence to GxP standards, and is being conducted through a selective procurement method.

This tender presents significant opportunities for businesses specialising in cloud-based ERP solutions, especially those with experience in the pharmaceutical industry and capabilities in regulatory compliance. Companies that can deliver a fully-managed, cloud-based service with comprehensive support, disaster recovery planning, and business continuity provisions will be well-positioned to compete. The expected contract period is three years, with options to extend, making this an attractive opportunity for suppliers looking to engage in long-term partnerships with VMIC.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Enterprise Resource Planning (ERP) solution

Notice Description

Enterprise Resource Planning (ERP) System potentially including Manufacturing, Materials Movement, Warehousing, Order Management, Quality Management, Engineering, Asset Management, Finance and Human Resources sub-systems. The system will be required to operate in a regulated pharmaceutical environment and must conform to GxP compliance requirements including EudraLex Volume 4, EudraLex Volume 4 Annex 11, and US FDA 21 CFR parts 11, 210 and 211. The solution is required to be a cloud-based 'Software as a Service' solution, to include Consultation, Project Management, Implementation, Hosting, Service Support and upgrades and must include robust Disaster Recovery Planning and Business Continuity provisions. The system and all data must be hosted in the UK. Please note that this procurement opportunity has been cancelled. The procedure has been discontinued at SQ stage due to changes in business requirements and priorities. VMIC is in the process of considering its future requirements and will take any decision on any future procurement once this process has completed.

Lot Information

Lot 1

The Vaccines Manufacturing and Innovation Centre (VMIC) is being established to promote, develop and accelerate the growth of the UK vaccine industry. This will be achieved through collaboration with the academic sector and subject matter experts which are rich in new vaccine technologies. VMIC provides expertise in process development and will provide manufacturing in the form of expert staff and a state-of-the-art manufacturing facility. VMIC will bridge the gap between research and expertise in development and manufacturing so that new vaccine products can enter clinical development. This is a value driver in terms of attracting funding for further development and partnering with the pharmaceutical industry for development to launch and manufacture vaccines. VMIC will also enhance UK preparedness and response capabilities for producing vaccines against emerging infectious diseases by allowing the UK government to use the facility and staff during an outbreak identified as a public health emergency of international concern. VMIC is a partner in the project to manufacture the Oxford Covid-19 vaccine. The programme has now reached the phase in which an ERP System needs to be procured and its deployment built into the plan. The compliance environment within which the organisation operates is governed by the following regulations which impose rigorous requirements on the organisation: 1) Eudralex Volume 4: Good Manufacturing Practice 2) Eudralex Volume 4 Good Manufacturing Practice: Annex 11 Computerised Systems 3) US FDA 21 CFR Part 11: Electronic Records & Electronic Signatures 4) US FDA 21 CFR Part 210: Current Good Manufacturing Practice in Manufacturing, Processing, Packing, or Holding of Drugs 5) US FDA 21 CFR Part 211: Current Good Manufacturing Practice for Finished Pharmaceuticals Given the prevailing circumstances VMIC must make every effort to bring online its manufacturing and support services at the earliest opportunity. To meet this goal the implementation of an ERP system is considered an urgent requirement. VMIC recognises that the service provider will be required to speedily provide robust solutions to its specific industry needs and anticipates a fully-managed configured off-the-shelf solution delivered with extensive support services based on industry knowledge and expertise, best in class project management and a low risk rapid implementation. The expectation of VMIC is that that the solution can be implemented using a staged modular approach. Initial licensing estimates will be based on 30 concurrent and 60 named user licenses. The form of contract will be based on the UK Government Mid-Tier model. The anticipated Term will be three years with an option to extend twice by 2 years on each occasion. Please note that this procurement opportunity has been cancelled. The procedure has been discontinued at SQ stage due to changes in business requirements and priorities. VMIC is in the process of considering its future requirements and will take any decision on any future procurement once this process has completed.

Options: Initial 3 year term with options to extend. Potentially, 3 years + 2 years + 2 years = 7 year term. The value quoted in this notice is the anticipated maximum value for the full potential 7 year term. Any renewal/extension is entirely at VMIC discretion and subject to VMIC sole assessment of satisfactory performance. It should be noted that the VMIC default position is that any extension will be on firm or fixed terms/rates or improved terms/rates. An option to add a Human Resources module at a later date.

Renewal: Initial 3 year term with options to extend. Potentially, 3 years + 2 years + 2 years = 7 year term. The value quoted in this notice is the anticipated maximum value for the full potential 7 year term. Any renewal/extension is entirely at VMIC discretion and subject to VMIC sole assessment of satisfactory performance. It should be noted that the VMIC default position is that any extension will be on firm or fixed terms/rates or improved terms/rates.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029a4d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/021843-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

30 - Office and computing machinery, equipment and supplies except furniture and software packages

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

30000000 - Office and computing machinery, equipment and supplies except furniture and software packages

48451000 - Enterprise resource planning software package

72212451 - Enterprise resource planning software development services

72266000 - Software consultancy services

Notice Value(s)

Tender Value
£7,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Sep 20214 years ago
Submission Deadline
9 Apr 2021Expired
Future Notice Date
Not specified
Award Date
3 Sep 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
VACCINES MANUFACTURING AND INNOVATION CENTRE (UK) LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
DIDCOT
Postcode
OX11 ORH
Post Town
Oxford
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ14 Oxfordshire CC
Delivery Location
Not specified

Local Authority
Vale of White Horse
Electoral Ward
Hendreds
Westminster Constituency
Didcot and Wantage

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-029a4d-2021-09-03T10:50:48+01:00",
    "date": "2021-09-03T10:50:48+01:00",
    "ocid": "ocds-h6vhtk-029a4d",
    "description": "Please note that this procurement opportunity has been cancelled. The procedure has been discontinued at SQ stage due to changes in business requirements and priorities. VMIC is in the process of considering its future requirements and will take any decision on any future procurement once this process has completed.",
    "initiationType": "tender",
    "tender": {
        "id": "2021-VMIC-001-ERP",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Enterprise Resource Planning (ERP) solution",
        "status": "cancelled",
        "classification": {
            "scheme": "CPV",
            "id": "72212451",
            "description": "Enterprise resource planning software development services"
        },
        "mainProcurementCategory": "services",
        "description": "Enterprise Resource Planning (ERP) System potentially including Manufacturing, Materials Movement, Warehousing, Order Management, Quality Management, Engineering, Asset Management, Finance and Human Resources sub-systems. The system will be required to operate in a regulated pharmaceutical environment and must conform to GxP compliance requirements including EudraLex Volume 4, EudraLex Volume 4 Annex 11, and US FDA 21 CFR parts 11, 210 and 211. The solution is required to be a cloud-based 'Software as a Service' solution, to include Consultation, Project Management, Implementation, Hosting, Service Support and upgrades and must include robust Disaster Recovery Planning and Business Continuity provisions. The system and all data must be hosted in the UK. Please note that this procurement opportunity has been cancelled. The procedure has been discontinued at SQ stage due to changes in business requirements and priorities. VMIC is in the process of considering its future requirements and will take any decision on any future procurement once this process has completed.",
        "value": {
            "amount": 7000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Vaccines Manufacturing and Innovation Centre (VMIC) is being established to promote, develop and accelerate the growth of the UK vaccine industry. This will be achieved through collaboration with the academic sector and subject matter experts which are rich in new vaccine technologies. VMIC provides expertise in process development and will provide manufacturing in the form of expert staff and a state-of-the-art manufacturing facility. VMIC will bridge the gap between research and expertise in development and manufacturing so that new vaccine products can enter clinical development. This is a value driver in terms of attracting funding for further development and partnering with the pharmaceutical industry for development to launch and manufacture vaccines. VMIC will also enhance UK preparedness and response capabilities for producing vaccines against emerging infectious diseases by allowing the UK government to use the facility and staff during an outbreak identified as a public health emergency of international concern. VMIC is a partner in the project to manufacture the Oxford Covid-19 vaccine. The programme has now reached the phase in which an ERP System needs to be procured and its deployment built into the plan. The compliance environment within which the organisation operates is governed by the following regulations which impose rigorous requirements on the organisation: 1) Eudralex Volume 4: Good Manufacturing Practice 2) Eudralex Volume 4 Good Manufacturing Practice: Annex 11 Computerised Systems 3) US FDA 21 CFR Part 11: Electronic Records & Electronic Signatures 4) US FDA 21 CFR Part 210: Current Good Manufacturing Practice in Manufacturing, Processing, Packing, or Holding of Drugs 5) US FDA 21 CFR Part 211: Current Good Manufacturing Practice for Finished Pharmaceuticals Given the prevailing circumstances VMIC must make every effort to bring online its manufacturing and support services at the earliest opportunity. To meet this goal the implementation of an ERP system is considered an urgent requirement. VMIC recognises that the service provider will be required to speedily provide robust solutions to its specific industry needs and anticipates a fully-managed configured off-the-shelf solution delivered with extensive support services based on industry knowledge and expertise, best in class project management and a low risk rapid implementation. The expectation of VMIC is that that the solution can be implemented using a staged modular approach. Initial licensing estimates will be based on 30 concurrent and 60 named user licenses. The form of contract will be based on the UK Government Mid-Tier model. The anticipated Term will be three years with an option to extend twice by 2 years on each occasion. Please note that this procurement opportunity has been cancelled. The procedure has been discontinued at SQ stage due to changes in business requirements and priorities. VMIC is in the process of considering its future requirements and will take any decision on any future procurement once this process has completed.",
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial 3 year term with options to extend. Potentially, 3 years + 2 years + 2 years = 7 year term. The value quoted in this notice is the anticipated maximum value for the full potential 7 year term. Any renewal/extension is entirely at VMIC discretion and subject to VMIC sole assessment of satisfactory performance. It should be noted that the VMIC default position is that any extension will be on firm or fixed terms/rates or improved terms/rates."
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 8
                },
                "selectionCriteria": {
                    "description": "Please refer to the Standard Selection Questionnaire (SQ)"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Initial 3 year term with options to extend. Potentially, 3 years + 2 years + 2 years = 7 year term. The value quoted in this notice is the anticipated maximum value for the full potential 7 year term. Any renewal/extension is entirely at VMIC discretion and subject to VMIC sole assessment of satisfactory performance. It should be noted that the VMIC default position is that any extension will be on firm or fixed terms/rates or improved terms/rates. An option to add a Human Resources module at a later date."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30000000",
                        "description": "Office and computing machinery, equipment and supplies except furniture and software packages"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48451000",
                        "description": "Enterprise resource planning software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72266000",
                        "description": "Software consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Harwell Campus Didcot Oxon OX11 0RH"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Please refer to the Standard Selection Questionnaire (SQ)",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Please refer to the Standard Selection Questionnaire (SQ)",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2021-04-09T17:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2021-05-04T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-8330",
            "name": "Vaccines Manufacturing and Innovation Centre (UK) Limited",
            "identifier": {
                "legalName": "Vaccines Manufacturing and Innovation Centre (UK) Limited"
            },
            "address": {
                "streetAddress": "Harwell Campus",
                "locality": "Didcot",
                "region": "UK",
                "postalCode": "OX11 ORH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Chris Peterson",
                "email": "erptender@vmicuk.com",
                "url": "https://www.vmicuk.com/tenders"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.vmicuk.com",
                "buyerProfile": "https://www.vmicuk.com/about-us",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "description": "Vaccine Manufacture Development"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Vaccination Manufacture Development"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-8331",
            "name": "Vaccines Manufacturing & Innovation Centre (UK) Ltd",
            "identifier": {
                "legalName": "Vaccines Manufacturing & Innovation Centre (UK) Ltd"
            },
            "address": {
                "streetAddress": "Harwell Campus",
                "locality": "Didcot",
                "postalCode": "OX11 0RH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "erptender@vmicuk.com"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-27279",
            "name": "Vaccines Manufacturing and Innovation Centre (UK) Limited",
            "identifier": {
                "legalName": "Vaccines Manufacturing and Innovation Centre (UK) Limited"
            },
            "address": {
                "streetAddress": "Building B587 Harwell Campus",
                "locality": "Didcot",
                "region": "UK",
                "postalCode": "OX11 0RH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "erptender@vmicuk.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.vmicuk.com",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "description": "Vaccine Manufacture Development"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Vaccine Manufacture Development"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-27280",
            "name": "Vaccines Manufacturing & Innovation Centre (UK) Ltd",
            "identifier": {
                "legalName": "Vaccines Manufacturing & Innovation Centre (UK) Ltd"
            },
            "address": {
                "locality": "Didcot",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "erptender@vmicuk.com"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-27279",
        "name": "Vaccines Manufacturing and Innovation Centre (UK) Limited"
    },
    "language": "en",
    "awards": [
        {
            "id": "021843-2021-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "discontinued"
        }
    ]
}