1. Beschaffer
1.1.
Beschaffer
Offizielle Bezeichnung: Helmholtz-Zentrum für Infektionsforschung GmbH
Rechtsform des Erwerbers: Von einer zentralen Regierungsbehörde kontrollierte Einrichtung des öffentlichen Rechts
Tätigkeit des öffentlichen Auftraggebers: Gesundheit
2. Verfahren
2.1.
Verfahren
Titel: SMALL MOLECULE CONTRACT MANUFACTURING SERVICES
Beschreibung: The headline objectives of the present manufacturing project are the use of the deliverables in GLP compliant preclinical toxicology and safety pharmacology studies as well as a phase 1 first-in-human clinical trial. The objective of the project is to manufacture two alternative pharmaceutical dosage forms, sterile liquid and semi-solid, to enable dosing as i.v. infusion and topical administration, respectively. This solely relates to current lack of clinical target validation and the requirement to ready the technology for proof-of-mechanism in systemic versus skin administration. We are targeting a virulence factor of S. aureus that may cause pulmonary or dermal infections. HZI wishes to commission the following activities under Master Service Agreement to a suited contractor. A Go/ NoGo milestone is set after scope 1 while the tendering process and resulting contract shall comprise SCOPE1, SCOPE2, and SCOPE3 activities so as to assure these can be offered in the most economical way in terms of price and quality from one legal entity. SCOPE1: process development and non-GMP manufacture of drug substance and injectable drug product to enable preclinical efficacy, pharmacokinetic and explora-tory tox/safety studies in preclinical animal models SCOPE2: process scale up to GMP manufacturing of drug substance and drug product to perform regulatory preclinical tox and safety studies (GLP compliant) as well as a GCP-compliant phase 1 first-in-human clinical trial for the sterile liquid dosage form and infusion administration SCOPE3: development of the semisolid dosage form for preclinical and phase 1 clinical administration via the topical route
Kennung des Verfahrens: e699c4a8-d49d-47af-9fc8-8095a6304873
Verfahrensart: Offenes Verfahren
2.1.1.
Zweck
Art des Auftrags: Dienstleistungen
Haupteinstufung (cpv): 73100000 Dienstleistungen im Bereich Forschung und experimentelle Entwicklung
Zusätzliche Einstufung (cpv): 33600000 Arzneimittel
2.1.2.
Erfüllungsort
Land, Gliederung (NUTS): Braunschweig, Kreisfreie Stadt (DE911)
Land: Deutschland
Zusätzliche Informationen: The place of performance refers only to the delivery service. The place of manufacture shall be the bidder's place of business.
2.1.4.
Allgemeine Informationen
Zusätzliche Informationen: In order to obtain the confidential document “A_05_AdditionalConfidentialInformation”, the signed CDA “A_01_CDA_small molecule manufacturing .doc” must be submitted. This is a prerequisite for submitting a valid offer. Subcontractors must also sign and submit the CDA. The main contractor is not allowed to pass on the confidential information. Documents that become part oft he contract and must be completed, signed and enclosed with the offer: 1. A_01_CDA_small molecule manufacturing 2. A_03_Price Schedule 3. A_04_Catalogue A_cirtiera 4. A_05_(AFTER CDA)_AdditionalConfidentialInformation 5. B_01_Data protection 6. C_00_Declaration on Exclusion Grounds 7. C_01_Self-declaration 8. C_02_Declaration_EU sanctions 9. C_03_Questions by applicants 10. D_01_Submission of Tender 11. D_02_Terms and Conditions 12. Project Schedule (according to B_02_Submission of a Project Schedule) 13. manufacturing quality concept (according to B_03_Submission of a manufacturing quality concept) Documents that become part oft he contract and remain with the bidder: 14. B_00_Cover Letter 15. A_02_Performance description 16. Additional Contractual Conditions Further documents that must be enclosed with the offer: 17. D_00_Master Service Agreement-Template_20231127 (for information only)
Rechtsgrundlage:
Richtlinie 2014/24/EU
vgv -
5. Los
5.1.
Los: LOT-0001
Titel: Small Molecule Contract Manufacturing Services
Beschreibung: Small Molecule Contract Manufacturing Services
Interne Kennung: 028/006/2025
5.1.1.
Zweck
Art des Auftrags: Dienstleistungen
Haupteinstufung (cpv): 73100000 Dienstleistungen im Bereich Forschung und experimentelle Entwicklung
Zusätzliche Einstufung (cpv): 33600000 Arzneimittel
Optionen:
Beschreibung der Optionen: Minimum contract term: 1 year (with the completion of SCOPE 1)***Optional contract terms: 2 extensions (1,5 years/1,5 years; max. 4 years in total)***End: With the completion of SCOPE 2 and 3 (expected end: 12/2028) If the contract is not cancelled at least three months before its expiry date, it will be automatically renewed for a further year. The contract ends automatically when the maximum term of 4 years is reached without prior cancellation.
5.1.2.
Erfüllungsort
Land, Gliederung (NUTS): Braunschweig, Kreisfreie Stadt (DE911)
Land: Deutschland
Zusätzliche Informationen: The place of performance refers only to the delivery service. The place of manufacture shall be the bidder's place of business.
5.1.3.
Geschätzte Dauer
Laufzeit: 4 Jahre
5.1.4.
Verlängerung
Maximale Verlängerungen: 2
5.1.6.
Allgemeine Informationen
Auftragsvergabeprojekt nicht aus EU-Mitteln finanziert
Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen: ja
Zusätzliche Informationen: The following A-criteria (minimum requirements) must be met and explicitly confirmed by the bidder with a 'Yes'. Failure to meet at least one of these A Criteria will result in the exclusion of the tender from further consideration: > Compliant with the principles of Good Manufacturing Practices? (certificate(s) of GMP compliance for drug substance, injectable products and semi-solids have to be handed in) > Regulatory Release of IMPs in the European Union? (By certificate) > Qualified to manufacture the following IMPs: sterile liquids (injectable dosage form) and semi-solids (topical dosage form)? (please provide authorizations as applicable) > Existing business liability insurance policy with minimum coverage of EUR 5m per occurence and policy year? (please answer yes or no) > Competence and Experience with formulation development in the research phase available (one references has to be handed in) *** A valid tender cannot be submitted without a CDA. To obtain the confidential document ' A_05_(AFTER CDA)_AdditionalConfidentialInformation', the signed CDA must be submitted by 28 February at the latest. It is possible to submit the CDA later, but this is the bidder's responsibility. If a bidder submits the CDA after 28 February, the bidder runs the risk that the remaining time may not be sufficient to prepare a complete and timely bid. The contracting authority is under no obligation to extend the tender deadline as a result of a late submission. The CDA can be requested up to five days before the tender deadline. Subcontractors must also sign and submit the CDA. Disclosure of confidential information by the main contractor is not permitted. *** In order to verify the information provided in the tender (in particular the concepts), the contracting authority reserves the right to invite the two best bidders to a verification tender presentation. The purpose of the tender submission is the verification of the information provided by the tenderer. No negotiations will take place and no changes can be made to the offer. The offer presentation is expected to take place on 3 April 2025. The exact time and any change of the date will be communicated via the Tender Platform by 1 April 2025. The contracting authority reserves the right to correct the evaluation of the concept in case of non-performance or insufficient performance.
5.1.7.
Strategische Auftragsvergabe
Ziel der strategischen Auftragsvergabe: Keine strategische Beschaffung
5.1.10.
Zuschlagskriterien
Kriterium:
Art: Preis
Bezeichnung: Weighting (exact percentage): 30
Beschreibung: Evaluation of price The criterion "price" is evaluated on the basis of the following points. The most favourable offer (lowest price) receives a score of 30. The prices of the other offers receive the score depending on the most favourable offer of the A_03_Price Schedule.xlsx. Formula (price) = 30 * (most favourable offer / offer under consideration)
Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau)
Zuschlagskriterium — Zahl: 30,00
Kriterium:
Art: Qualität
Bezeichnung: Weighting (exact percentage): 35
Beschreibung: Submission of a Project Schedule Concept Requirement and Evaluation Bidders are requested to submit a detailed Project Schedule covering the following aspects: • time planning • work packages/tasks; major deliverables • regulatory support • client communication The concept will be evaluated according to the following criteria: • completeness and depth of detail • quality of the proposed measures • conformity with quality requirements and relevant regulations Formal requirements: minimum 5, maximum 30 pages (excluding table of contents and cover page) Time planning (30 points) 25 - 30 points Very good Conclusive, realistic and flexible planning with sensible milestones and buffer times. 17 - 24 points Satisfactory Basic scheduling with minor ambiguities or insufficient adaptability. 0 - 16 points Poor Unclear, unrealistic planning without buffer times and dependencies. Project structure & tasks (30 points) 25 - 30 points Very good Clear, logical distribution of tasks with sensibly linked deliverables. 17 - 24 points Satisfactory Basic structure in place, but with ambiguities in tasks or dependencies. 0 - 16 points Poor Illogical, incomplete task structure with missing deliverables. Regulatory support (20 points) 16-20 points Very good Support with IMPD writing (DS&DP sections) 8-15 points Satisfactory Support in answering regulatory questions (e.g. analytical methods) 0-7 points Poor Little to no support Client communication (20 points) 16 - 20 points Very good Clear reporting channels and communication structures with systematic documentation. 8 - 15 points Satisfactory Communication available, but not always clear or consistent. 0 - 7 points Poor Missing or inadequate communication structures and reporting channels. Overall rating (100 points) - Coherent and comprehensive concept that meets high standards. - Solid planning with optimization potential in individual areas. - Incomplete or impracticable concept with unfulfilled requirements. Quality evaluation The criterion "quality" is evaluated based on the following documents: B_02_Submission of a Project Schedule B_03_Submission of a manufacturing quality concept A maximum of 100 points can be achieved for the Project Schedule, representing a maximum of 35% of the quality score. Formula (quality per concept) = 35 * (bidder´s concept / 100)
Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau)
Zuschlagskriterium — Zahl: 35,00
Kriterium:
Art: Qualität
Bezeichnung: Weighting (exact percentage): 35
Beschreibung: Submission of a manufacturing quality concept Bidders are requested to submit a manufacturing quality concept covering the following aspects: • manufacturing track record (previous projects can be used as examples) • manufacturing sites, technical equipment and manufacturing processes • staff qualification and training • quality management measures The concept is evaluated according to the following criteria: • completeness and depth of detail • quality of the proposed measures • conformity with quality requirements and relevant regulations Formal requirements: minimum 4, maximum 10 pages (excluding table of contents and cover page) Evaluation scheme: manufacturing track record (25 points) 20 - 25 points Very good Coherent, detailed and methodical approach; successful production implementation proven through quality assured implementation. (Refer to projects already completed) 12 - 19 points Satisfactory Solid approach, but not consistently convincing; track record in manufacturing partly recognizable, but not specific enough. 0 - 11 points Poor Inadequate approach, vague description, no realistic implementation, no visible track record in manufacturing. manufacturing sites, technical equipment and manufacturing processes (25 points) 20 - 25 points Very good State-of-the-art technology, regularly maintained and innovative systems 12 - 19 points Satisfactory Solid equipment, functional and typical industry standard 0 - 11 points Poor Outdated or limited equipment, occasional failures Staff qualification and training (25 points) 20 - 25 points Very good Highly qualified and specialized staff with many years of experience 12 - 19 points Satisfactory Expert staff with solid training and relevant experience 0 - 11 points Poor Limited specialist knowledge or lack of experience in specific areas Quality management measures (25 points) 20 - 25 points Very good Convincing, consistent, modern quality management concept 12 - 19 points Satisfactory Quality concept available but incomplete 0 - 11 points Poor Not available. Overall rating (100 points) - Coherent and comprehensive concept that meets high standards. - Solid planning with optimization potential in individual areas. - Incomplete or impracticable concept with unfulfilled requirements. A maximum of 100 points can be achieved for the manufacturing quality concept, representing a maximum of 35% of the quality score. Formula (quality per concept) = 35 * (bidder´s concept / 100) *** Overall result The overall result is calculated from the composition of all points achieved for the individual award criteria. The contract will be awarded to the highest score bid.
Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau)
Zuschlagskriterium — Zahl: 35,00
5.1.15.
Techniken
Rahmenvereinbarung: Keine Rahmenvereinbarung
Informationen über das dynamische Beschaffungssystem: Kein dynamisches Beschaffungssystem
Elektronische Auktion: nein
5.1.16.
Weitere Informationen, Schlichtung und Nachprüfung
Überprüfungsstelle: Vergabekammer des Bundes
Informationen über die Überprüfungsfristen: 1) A review procedure before the Public Procurement Tribunal is inadmissible pursuant to Section 160 (3) Sentence 1 No. 4 ARC if more than 15 calendar days have elapsed since receipt of the contracting authority's notification that it does not intend to remedy a complaint. 2) In particular, Section 160 (3) Sentence 1 Nos. 1, 2 and 3 of the ARC and Section 134 (2) of the ARC shall be observed. 3) The period for asserting the invalidity of the contract pursuant to Section 135 of the ARC ends no later than 30 calendar days after publication of the notice of award procedures in the Official Journal of the European Union; see Section 135(2), second sentence, of the ARC.
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt: Helmholtz-Zentrum für Infektionsforschung GmbH
Organisation, die einen Offline-Zugang zu den Vergabeunterlagen bereitstellt: Helmholtz-Zentrum für Infektionsforschung GmbH
Organisation, die den Auftrag unterzeichnet: Helmholtz-Zentrum für Infektionsforschung GmbH
6. Ergebnisse
Wert aller in dieser Bekanntmachung vergebenen Verträge: 0,01 EUR
6.1.
Ergebnis, Los-– Kennung: LOT-0001
Status der Preisträgerauswahl: Es wurde mindestens ein Gewinner ermittelt.
6.1.2.
Informationen über die Gewinner
Wettbewerbsgewinner:
Offizielle Bezeichnung: Ardena Holding N.V.
Angebot:
Kennung des Angebots: Angebot vom 17.03.2025
Kennung des Loses oder der Gruppe von Losen: LOT-0001
Wert der Ausschreibung: 0,01 EUR
Konzession – Wert:
Vergabe von Unteraufträgen: Nein
Informationen zum Auftrag:
Kennung des Auftrags: Vertrag Ardena Holding N.V.
Datum der Auswahl des Gewinners: 08/04/2025
Datum des Vertragsabschlusses: 09/04/2025
Organisation, die den Auftrag unterzeichnet: Helmholtz-Zentrum für Infektionsforschung GmbH
6.1.4.
Statistische Informationen:
Eingegangene Angebote oder Teilnahmeanträge:
Art der eingegangenen Einreichungen: Angebote auf elektronischem Wege eingereicht
Anzahl der eingegangenen Angebote oder Teilnahmeanträge: 3
8. Organisationen
8.1.
ORG-0001
Offizielle Bezeichnung: Helmholtz-Zentrum für Infektionsforschung GmbH
Registrierungsnummer: Leitweg-ID 992-80177-07
Postanschrift: Inhoffenstr. 7
Stadt: Braunschweig
Postleitzahl: 38124
Land, Gliederung (NUTS): Braunschweig, Kreisfreie Stadt (DE911)
Land: Deutschland
Telefon: 000
Rollen dieser Organisation:
Beschaffer
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt
Organisation, die einen Offline-Zugang zu den Vergabeunterlagen bereitstellt
Organisation, die den Auftrag unterzeichnet
8.1.
ORG-0002
Offizielle Bezeichnung: Vergabekammer des Bundes
Registrierungsnummer: t:022894990
Postanschrift: Villemombler Straße 76
Stadt: Bonn
Postleitzahl: 53123
Land, Gliederung (NUTS): Bonn, Kreisfreie Stadt (DEA22)
Land: Deutschland
Telefon: 022894990
Rollen dieser Organisation:
Überprüfungsstelle
8.1.
ORG-0003
Offizielle Bezeichnung: Ardena Holding N.V.
Größe des Wirtschaftsteilnehmers: Großunternehmen
Registrierungsnummer: BE0633.855.309
Stadt: Mariakerke
Postleitzahl: 9030
Land, Gliederung (NUTS): Arr. Gent (BE234)
Land: Belgien
Telefon: 000
Rollen dieser Organisation:
Bieter
Wirtschaftlicher Eigentümer:
Offizielle Bezeichnung: Ardena Holding N.V.
Gewinner dieser Lose: LOT-0001
8.1.
ORG-0004
Offizielle Bezeichnung: Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI)
Registrierungsnummer: 0204:994-DOEVD-83
Stadt: Bonn
Postleitzahl: 53119
Land, Gliederung (NUTS): Bonn, Kreisfreie Stadt (DEA22)
Land: Deutschland
Telefon: +49228996100
Rollen dieser Organisation:
TED eSender
Kennung/Fassung der Bekanntmachung: c9bcd77b-f07a-40d8-b2dd-5b736ba53a22 - 01
Formulartyp: Ergebnis
Art der Bekanntmachung: Bekanntmachung vergebener Aufträge oder Zuschlagsbekanntmachung – Standardregelung
Unterart der Bekanntmachung: 29
Datum der Übermittlung der Bekanntmachung: 05/05/2025 10:33:16 (UTC+2) Eastern European Time, Central European Summer Time
Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Deutsch
Veröffentlichungsnummer der Bekanntmachung: 293389-2025
ABl. S – Nummer der Ausgabe: 88/2025
Datum der Veröffentlichung: 07/05/2025