By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Supply, Installation and Commissioning of an Isolator, Safety Cabinet and VHP Generator.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Centre for Process Innovation Limited
Wilton Centre, Wilton
For the attention of: David Cooper
TS10 4RF Redcar
UNITED KINGDOM
Telephone: +44 1642442447
E-mail:

Internet address(es):

General address of the contracting authority: www.uk-cpi.com

Electronic access to information: www.uk-cpi.com/tenders

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Other: Technology
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply, Installation and Commissioning of an Isolator, Safety Cabinet and VHP Generator.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKC13

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Tender to supply, install and commission an Isolator, Safety Cabinet and VHP Generator for the new National Biologics Manufacturing Centre, located in Darlington, UK.
II.1.6)Common procurement vocabulary (CPV)

38000000, 33191110, 33100000, 33191100, 51430000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The scope of this tender is to supply, install and commission an Isolater, Safety Cabinet and VHP for the new National Biologics Manufacturing Centre (NBMC) which is due to be completed by March 2015.
A VHP mobile generator is required to sterilize both isolators/Safety Cabinets and Clean Room. The Isolator and Safety Cabinets must be designed for automated VHP Sanitisation.
A new negative pressure Safety Cabinet will be required for cytotoxic production along with a positive pressure Isolator for final finishing and formulation.
The Supplier will be required to provide product supply, commissioning, training and after sales technical support.
Estimated value excluding VAT:
Range: between 150 000 and 450 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Option to purchase consumables to run the equipment. Further information is detailed within the tender document.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 24.3.2014. Completion 31.3.2017

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A performance bond may be required and further information is detailed in the Invitation to Tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The financing conditions and payment terms are detailed in the Invitation to Tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Full terms and conditions are listed in the Invitation to Tender.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: This is detailed in the Invitation to Tender, which is available at www.uk-cpi.com/tenders

III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: This is detailed in the Invitation to Tender, which is available at www.uk-cpi.com/tenders

Minimum level(s) of standards possibly required: This is detailed in the Invitation to Tender, which is available at www.uk-cpi.com/tenders

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:

This is detailed in the Invitation to Tender, which is available at www.uk-cpi.com/tenders

Minimum level(s) of standards possibly required:

This is detailed in the Invitation to Tender, which is available at www.uk-cpi.com/tenders

III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CPI Tender 383
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 24.2.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
24.2.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 24.2.2014 - 15:00

Place:

Wilton Centre, Redcar, Cleveland, United Kingdom.

Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Centre for Process Innovation Limited
Wilton Centre
TS10 4RF Redcar
UNITED KINGDOM
E-mail:

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: As per the Public Contracts (Amendment) Regulations 2009.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.1.2014