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: Procurement@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.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
Regional or local agency/office
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Cardiff University - Legal Services Panel - Intellectual Property (IP) Patent Services
Reference number: CU.521.AD
II.1.2) Main CPV code
79140000
II.1.3) Type of contract
Services
II.1.4) Short description
The aim of this procurement process is to establish two Legal Services Panels from which the University can engage with potential suppliers for Intellectual Property (IP) Patent Legal services to support the University’s IP protection and exploitation activities. The provision of IP Patent Services will be used by Cardiff University and any of its subsidiaries or associated companies
II.1.5) Estimated total value
Value excluding VAT:
2 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
Biology and Life Sciences, Pharmaceuticals and Medicinal Chemistry
II.2.2) Additional CPV code(s)
79120000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Wales
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.
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
Start:
01/04/2022
End:
31/03/2024
This contract is subject to renewal: Yes
Description of renewals:
The Panel will be 2 years with an option to extend by a further two 1-year periods making it a maximum of 4 years. (2+1+1). Any extension will be where appropriate and subject to agreement.
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:
No
Lot No: 2
II.2.1) Title
Physical Sciences and Engineering and Software
II.2.2) Additional CPV code(s)
79120000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Wales
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.
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
Start:
01/04/2022
End:
31/03/2024
This contract is subject to renewal: Yes
Description of renewals:
The Panel will be 2 years with an option to extend by a further two 1-year periods making it a maximum of 4 years. (2+1+1). Any extension will be where appropriate and subject to agreement.
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:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Chartered Institute of Patent Attorneys
III.2.3) Information about staff responsible for the performance of the contract
Obligation 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 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: 10
IV.1.8) Information about 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 participate
Date:
04/02/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
31/03/2022
IV.2.7) Conditions for opening of tenders
Date:
04/02/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
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=116430.
(WA Ref:116430)
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
03/12/2021