Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cardiff University
Procurement Services, McKenzie House, 30-36 Newport Road
Cardiff
CF24 0DE
UK
Telephone: +44 2920879648
E-mail: Buyline@cardiff.ac.uk
NUTS: UKL
Internet address(es)
Main address: http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Patent and Copyright Framework
Reference number: CU.419.JP
II.1.2) Main CPV code
79120000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of patent agent services to Cardiff University
II.1.5) Estimated total value
Value excluding VAT:
3 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Biology and Life Sciences
II.2.2) Additional CPV code(s)
79120000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
Advice and professional services relating to living organisms, including biology, botany, zoology, microbiology, physiology, biochemistry, and related subjects. Typically this would cover schools of biosciences, medicine, dentistry, healthcare, pharmacy, optometry and psychology.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
This framework shall run for an initial period of 2 years. Where appropriate, and subject to agreement, the framework may be extended in one-year increments provided that the total life of the framework does not exceed 4 years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Lot No: 2
II.2.1) Title
Physical Sciences and Engineering
II.2.2) Additional CPV code(s)
79120000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
Advice and professional services relating to the sciences concerned with the study of inanimate natural objects, including physics, chemistry, astronomy, and related subjects. Typically this would cover Schools of Chemistry, Engineering, Physics, Mathematics and Earth & Ocean Sciences.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
This framework shall run for an initial period of 2 years. Where appropriate, and subject to agreement, the framework may be extended in 1-year increments provided that the total life of the framework does not exceed 4 years
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Lot No: 3
II.2.1) Title
Pharmaceuticals and Medicinal Chemistry
II.2.2) Additional CPV code(s)
79120000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
Advice and professional services relating to drug discovery and development. Projects allocated in this lot will typically involve research involving the School of Pharmacy and Pharmaceutical Sciences but may also include researchers from Biosciences and Medicine.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
This framework shall run for an initial period of 2 years. Where appropriate, and subject to agreement, the framework may be extended in one-year increments provided that the total life of the framework does not exceed 4 years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Lot No: 4
II.2.1) Title
Software
II.2.2) Additional CPV code(s)
79120000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
Advice and professional services relating to patentability of software applications and copyright in proprietary code. Often projects allocated in this lot would involve the School of Computer Sciences though many such project are interdisciplinary and collaborative in nature.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
This framework shall run for an initial period of 2 years. Where appropriate, and subject to agreement, the framework may be extended in 1-year increments provided that the total life of the Framework does not exceed 4 years
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Lot No: 5
II.2.1) Title
Other
II.2.2) Additional CPV code(s)
79120000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
Advice and professional services relating to Cardiff University’s Intellectual Property portfolio where the primary technology use or field does not fit closely with lots 1-4.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
This framework shall run for an initial period of 2 years. Where appropriate, and subject to agreement, the framework may be extended in 1-year increments provided that the total life of the Framework does not exceed 4 years
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in the ITT documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 15
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/10/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
19/10/2020
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2023
VI.3) Additional information
All tender costs and liabilities incurred by bidders shall be the sole responsibility of bidders.
The University reserves the right to award the contract in whole or in part.
The University reserves the right to annul the tendering process and not award any contract.
All documents to be priced in GBP and all payments made in GBP.
All documents to be priced in GBP excluding VAT.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=104086.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
As stated in the ITT documents.
(WA Ref:104086)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
16/09/2020