Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityOther activity: Technology Development
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
1396 — Design and Build of the Medicines Manufacturing Innovation Centre (MMIC)
Reference number: 1396
II.1.2)Main CPV code45214620 Research and testing facilities construction work
II.1.3)Type of contractWorks
II.1.4)Short description:
CPI require a principal contractor to deliver the design and build of the Medicines Manufacturing Innovation Centre as described within the specification document of this ITT, by the drawings included within the appendices.
The centre will ensure the UK is a technology and innovation leader in small molecule pharmaceutical manufacturing and will be located within the Advanced Manufacturing Innovation District Scotland (AMIDS) adjacent to Glasgow Airport. In summary, it will comprise a 2 storey, steel frame building on piled foundations, providing on the ground floor GMP compliant facilities including pharmaceutical cleanrooms (ISO 8) with associated materials and people air locks plus GMP compliant supporting activities. It should be noted that the layout within the technical area on the ground floor remains subject to some change within the current footprint; however the principle of there being ISO8 cleanrooms with supporting functions will remain unchanged.
II.1.5)Estimated total valueValue excluding VAT: 15 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: UKM83 Inverclyde, East Renfrewshire and Renfrewshire
II.2.4)Description of the procurement:
CPI require a principal contractor to deliver the design and build of the Medicines Manufacturing Innovation Centre as described within the ITT and supporting documentation included with this procurement; the design and build contract will be on the basis of a 2 stage appointment.
The first stage will be in accordance with a pre-construction services agreement and the second stage in accordance with a NEC4 Engineering and Construction Contract Option A, priced contract with activity schedule for which the works information and site information are described in the tender appendices.
Appointment to the second stage will follow successful completion of the first stage.
For the avoidance of doubt, delivery of the process equipment operating in the cleanrooms is not part of this scope. However, the detailed design of the cleanrooms must consider the requirements of this process equipment.
NB: The award of this contract is not conditional on the approval of grant funding which has already been awarded.
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 valueValue excluding VAT: 15 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
(24 + 12 month periods) 24 months initial duration with 1 additional 12 month period extension option at the discretion of the authority.
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
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 28/10/2019
Local time: 12:00
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: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 28/10/2019
Local time: 12:30
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:
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=598824
A subcontract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
CPI requires bidders to provide an employment and skills plan, detailing the number of trainees, employees and apprenticeships as well as the types of training, employment and apprenticeships envisaged to be offered if successful. Prior to entering into the contract, the contractor is required to produce a detailed method statement setting out how each of the areas in the ESP will be achieved. This will be developed during the finalisation of the contract particulars in relation to the procurement.
(SC Ref:598824)
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Centre for Process Innovation Ltd
Postal address: Wilton Centre
Town: Redcar
Postal code: TS10 4RF
Country: United Kingdom
Telephone: +44 1642455340
Internet address:
www.uk-cpi.com VI.5)Date of dispatch of this notice:24/09/2019