Notice Information
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
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}