Enterprise Resource Planning System Tender
VMIC UK is seeking an Enterprise Resource Planning system for the day-to-day business activities including manufacturing, materials movement and warehousing.
United Kingdom-Oxford: Computer-related services
2020/S 230-568444
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
National registration number: 11125126
Postal address: John Eccles House, Robert Robinson Avenue
Town: Oxford
NUTS code: UKJ14 Oxfordshire
Postal code: OX4 4GP
Country: United Kingdom
Contact person: Sally Hopkin
E-mail: Tenders@vmicuk.com
Internet address(es):
Main address: https://www.vmicuk.com/tenders
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Enterprise Resource Planning (ERP) System (for Manufacturing, Materials Movement and Warehousing, Quality Management, Engineering and Asset Management, Finance and Human Resources)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Vaccine Manufacturing and Innovation Centre (VMIC) is seeking an Enterprise Resource Planning (ERP) system for the day-to-day business activities including manufacturing, materials movement and warehousing, quality management, engineering and asset management, finance and human resources. The contract term required is 3 years with an option to extend for a further 2 x 12-month periods.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Vaccine Manufacturing and Innovation Centre (VMIC) is being established to promote, develop and accelerate the growth of the UK vaccine industry. This will be achieved through collaboration with the academic sector and SMEs, which are rich in new vaccine technologies, where VMIC provides expertise in process development and manufacturing in the form of expert staff and a state-of-the-art manufacturing facility. VMIC will bridge the gap between research and expertise in development and manufacturing so that new vaccine products can enter clinical development, which is a value driver in terms of attracting funding for further development, partnering with the pharmaceutical industry for development to launch and contract manufacturing.
VMIC will also enhance UK preparedness and response capabilities for producing vaccines against emerging infectious diseases by allowing the UK government to use the facility and staff during an outbreak identified as a public health emergency of international concern. VMIC is a partner in the programme to manufacture the Oxford Covid-19 vaccine.
VMIC UK is seeking an Enterprise Resource Planning (ERP) system for the day-to-day business activities including manufacturing, materials movement and warehousing, quality management, engineering and asset management, finance and human resources.
The contract term required is 3 years with an option to extend for a further 2 x 12-month periods.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As set out in the tender documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Candidates will be assessed in accordance with the Public Contracts Regulations 2015 (as amended), on the basis of information provided in response to the procurement documents. The procurement documents can be accessed at: https://www.vmicuk.com/tenders
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
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:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
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.4.1)Review body
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 procedure
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: