Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Vaccine Manufacturing and Innovation Centre UK Ltd
National registration number: 11125126
Postal address: John Eccles House, Robert Robinson Avenue
Town: Oxford
NUTS code:
UKJ14 OxfordshirePostal code: OX4 4GP
Country: United Kingdom
Contact person: Sally Hopkin
E-mail:
Tenders@vmicuk.comInternet address(es): Main address:
https://www.vmicuk.com/tenders I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityOther type: A requirement of the funder
I.5)Main activityOther activity: Vaccine manufacture
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Software Solution for Quality Control (QC) Micro Environmental Monitoring Data
Reference number: VMIC202015
II.1.2)Main CPV code72500000 Computer-related services
II.1.3)Type of contractServices
II.1.4)Short description:
In setting up the Vaccine Manufacturing and Innovation Centre facility, it is anticipated that VMIC will require a software solution for Quality control (QC) Micro environmental monitoring data.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)48000000 Software package and information systems
48100000 Industry specific software package
II.2.3)Place of performanceNUTS code: UKJ14 Oxfordshire
II.2.4)Description of the procurement:
In setting up the Vaccine Manufacturing and Innovation Centre facility, it is anticipated that VMIC will require a software solution for quality control (QC) Micro environmental monitoring data. The background for the required management of environmental data is laid out below.
The manufacture of the pharmaceutical vaccines must be performed under regulated, controlled conditions. These constant controlled conditions are essential to guarantee a consistent quality of manufactured products. This also applies to the staff working in these clean rooms. Regulatory directives therefore require monitoring of the environmental conditions including viable and non-viable particles and monitoring of the personnel during manufacturing processes. VMIC facility is designed to include cleanrooms and isolators with Grade A to D classification. Process gasses used in the manufacture process will have to be monitored for potential microbial contamination. Furthermore, Water for Injection (WFI) is manufactured within the VMIC facility that must adhere to regulatory standards and requires regular monitoring.
VMIC QC Microbiology will be responsible for the performing of the monitoring of the above stated areas for the qualification of the facility and the WFI plant and will continue to monitor to enable operations in the clean rooms and manufacture of vaccines. To that end, a software solution is sought to enable the organisation and planning of the required monitoring activities; the collation and evaluation of data; transfer of monitoring data collated by external equipment directly into the software system; transfer of selected data to a laboratory information management system (LIMS) for batch release purposes; and the trending of the environmental conditions. This software solution should enable improved data transfer from planning stage through to evaluation stage by providing considerable paperless solutions with guaranteed data integrity.
The contract is for an implementation period followed by 3 years with an option to extend for a further 2 x 12-month periods.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 17/08/2020
Local time: 09:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 17/08/2020
Local time: 09:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VMIC considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To participate in this procurement candidates must send an expression of interest to Tenders@vmicuk.com. All correspondence and expressions of interest relating to this procurement must be made through this address.
VMIC expressly reserves the right:
(i) not to award any or the whole contract as a result of the procurement process related to the publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the procurement;
(iii) to procure some or all of their needs and requirements covered by this notice outside of this procurement exercise and resulting agreement.
In no circumstances will VMIC be liable for any costs or losses incurred by the candidates.
Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of the candidate.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Vaccine Manufacturing and Innovation Centre UK Ltd (VMIC)
Postal address: John Eccles House, Robert Robinson Avenue
Town: Oxford
Postal code: OX4 4GP
Country: United Kingdom
E-mail:
Tenders@vmicuk.com VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
In accordance with Regulation 86 and 87 of the Public Contracts Regulations 2015, VMIC will incorporate a minimum 10 calendar days standstill period starting from the day when contract award is notified to the bidders. Unsuccessful bidders will be provided with a de-brief of the award decision at the start of the standstill period including details of their bid in relation to the winning bid(s) comprising:
— the reasons for the decision;
— the characteristics and relative advantages of the successful tender(s);
— the score and name of the economic operator(s) to be awarded the contract.
Bidders have the right to appeal provided for within the Public Contract Regulations 2015. Any such proceedings must be brought before the High Court of England and Wales.
VI.5)Date of dispatch of this notice:13/07/2020