Tender

Freeze Dryer Phase II

MHRA

This public procurement record has 1 release in its history.

Planning

08 Apr 2024 at 14:25

Summary of the contracting process

The MHRA, Ministry of Health, has issued a tender titled "Freeze Dryer Phase II" for hardware consultancy services. The procurement process is currently in the tender stage. The value of the contract is £600,000 GBP, with a contract period of 1080 days. The tender deadline is April 15, 2024. The location for delivery is NIBSC, Potters Bar, Hertfordshire, UK, and the industry category is services.

This procurement opportunity presents a chance for businesses offering hardware consultancy services to engage with the MHRA. The tender evaluation criteria include quality, social value, and pricing considerations. The procurement method is selective, following a competitive procedure with negotiation. Successful bidders will have the opportunity to provide ongoing contract support beyond the warranty period. The anticipated contract start date is June 24, 2024, offering long-term growth prospects for qualified suppliers.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Freeze Dryer Phase II

Notice 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.

Lot Information

Lot 1

To replace the PLC hardware for CS15 and CS150 with up-to-date equivalents that align with the Schneider upgrade path.
To replace the HMI hardware for CS15 and CS150 with up-to-date equivalents that align with those used in Phase 1.
To recreate the functionality of CS15 and CS150 PLCs like-for-like following the Schneider upgrade path.
To re-create the CS15 and CS150 HMIs and allow for development of further requirement defined in collaboration with the MHRA.
1. Project Definition
- All parties to agree scope and ensure that everything is available for project commencement.
- MHRA to provide any existing software backups (PLC / SCADA source code).
- 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.
- Both parties to agree deliverable format (e.g. schematic updates).
2. Part Selection
- 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.
3. Electrical Design
- With appropriate parts selected, the supplier will need to assess how the electrical design will be impacted by the proposed changes.
- These impacts should be minimised wherever possible.
- However, if changes are required, the supplier will need to modify any schematics while aligning with appropriate standards.
4. Software Development
- Software development for the PLC, HMI, SCADA and Data Historian can be started following on from part selection.
- This will require the supplier to migrate functionality where possible.
- Where the code cannot be migrated, the functionality will need to be replicated.
- The HMI should be re-built to meet the requirements based on existing SCADA screens and workshops held with MHRA operators.
5. FAT (Factory Acceptance Testing)
- The control cabinets and associated hardware shall not be moved from the MHRA facility.
- FAT is expected to test as much of the new software and hardware as possible without replicating site hardware.
6. Plant Upgrades
- This will include the MHRA ensuring that appropriate ethernet connection shall be made available and new virtual machines are available.
7. SAT (Site Acceptance Testing)
- 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.
- SAT is expected to test all software and hardware associated with the replacement hardware and the existing site hardware.
8. On-going contract Support
- Support is expected for the warranty of the system following from SAT and moving onto general support for the years following the warranty end.
- During these periods, the supplier is expected to ensure that recommend patches will not cause un-planned downtime.
- It is desired that the supplier can also provide support for the Phase 1 system (CS100).

Options: Agency will have one twelve month extension option

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-045066
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011295-2024
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

42 - Industrial machinery

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


CPV Codes

42961200 - Scada or equivalent system

72100000 - Hardware consultancy services

Notice Value(s)

Tender Value
£600,000 £500K-£1M
Lots Value
£500,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Apr 20241 years ago
Submission Deadline
15 Apr 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MHRA
Contact Name
Jonathon Liam Moloney
Contact Email
jonathon.moloney@mhra.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
E14 4PU
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI42 Tower Hamlets
Delivery Location
TLH23 Hertfordshire CC

Local Authority
Tower Hamlets
Electoral Ward
Canary Wharf
Westminster Constituency
Poplar and Limehouse

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-045066-2024-04-08T15:25:51+01:00",
    "date": "2024-04-08T15:25:51+01:00",
    "ocid": "ocds-h6vhtk-045066",
    "initiationType": "tender",
    "tender": {
        "id": "C235782",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Freeze Dryer Phase II",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72100000",
            "description": "Hardware consultancy services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 600000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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.<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).",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "55"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Pricing",
                            "type": "cost",
                            "description": "35"
                        }
                    ]
                },
                "value": {
                    "amount": 500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasOptions": true,
                "options": {
                    "description": "Agency will have one twelve month extension option"
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "42961200",
                        "description": "Scada or equivalent system"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH23"
                    }
                ],
                "deliveryLocation": {
                    "description": "NIBSC<br/>Blanche Lane<br/>Potters Bar<br/>Hertfordshire<br/>EN6 3QG"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://health-family.force.com/s/Welcome",
        "communication": {
            "atypicalToolUrl": "https://health-family.force.com/s/Welcome"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "As in Supplier Response",
                    "minimum": "As in Supplier Response",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "As in Supplier Response",
                    "minimum": "As in Supplier Response",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "tenderPeriod": {
            "endDate": "2024-04-15T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2024-06-24T00:00:00+01:00"
        },
        "contractTerms": {
            "electronicInvoicingPolicy": "allowed"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-16745",
            "name": "MHRA",
            "identifier": {
                "legalName": "MHRA"
            },
            "address": {
                "streetAddress": "10 South Colonnade, Canary Wharf",
                "locality": "London",
                "region": "UKI31",
                "postalCode": "E14 4PU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Jonathon Liam Moloney",
                "email": "jonathon.moloney@mhra.gov.uk",
                "url": "https://health-family.force.com/s/Welcome"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/medicines-and-healthcare-products-regulatory-agency",
                "buyerProfile": "https://www.gov.uk/government/organisations/medicines-and-healthcare-products-regulatory-agency",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-88",
            "name": "Royal Courts of Justice",
            "identifier": {
                "legalName": "Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "royalcourtsofjustice.jc@gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-3081",
            "name": "Centre for Effective Dispute Resolution",
            "identifier": {
                "legalName": "Centre for Effective Dispute Resolution"
            },
            "address": {
                "streetAddress": "70 Fleet Street",
                "locality": "London",
                "postalCode": "EC4Y 1EU",
                "countryName": "United Kingdom"
            },
            "roles": [
                "mediationBody"
            ],
            "details": {
                "url": "https://www.cedr.com/"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-16745",
        "name": "MHRA"
    },
    "language": "en"
}