Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
University of Dundee
Procurement, 3rd Floor, Tower Building, Nethergate
Dundee
DD1 4HN
UK
Contact person: Mary Kirkpatrick
Telephone: +44 1382386604
E-mail: m.y.kirkpatrick@dundee.ac.uk
NUTS: UKM71
Internet address(es)
Main address: http://www.dundee.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00105
I.2) Joint procurement
The contract is awarded by a central purchasing body
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
Term Framework for the Provision of Chemistry Synthesis and other Chemistry Services Outsourcing Framework
Reference number: UoD-LAB031-TC-2023
II.1.2) Main CPV code
73110000
II.1.3) Type of contract
Services
II.1.4) Short description
Second-Generation Framework for the provision of Chemistry Synthesis and other Chemistry Services Outsourcing with initial term of two (2) years with the option to extend for up to 2 x 12 months, if required, at the sole discretion of the University and subject to ongoing satisfactory performance by the appointed Service Providers.
The Services will include:
1. FTE rate for provision of chemistry support for medicinal chemistry programme(s), typically making 50mg samples of compounds for initial biological evaluation. For actives, re-synthesis on a larger scale may be required (typically 0.5g to 5g scale). The ability to carry out array chemistry is important;
2.Bespoke piece(s) of chemistry e.g. synthesis of a defined list of compounds, typically at <50mg scale;
3. Scale up of chemistry, up to 200g;
4.Chiral separation by crystallization or SFC/Chiral HPLC on (up to) gram scale.
5.Synthesis of intermediates at 5-100g;
For all of these, a purity level will be defined. This will depend on the phase of the project, but typically is >95% purity and for scale up> 98% purity with no impurity >0.5%;
6. Experimental write-ups, when requested, including compound characterization by 1H NMR, 13C NMR and LCMS or UPLC/MS for publications, in-vivo release, tech-transfer to DDU or other CRO for patent purposes.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
73110000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Biological Chemistry & Drug Discovery (BCDD), University of Dundee
II.2.4) Description of the procurement
This Second-Generation Framework is required to provide a quick route to market for the provision of Chemistry Synthesis and other Chemistry Services. The initial contract term will be two (2) years, with the option to extend for 2 x 12 months, if required, at the sole discretion of BCDD and subject to ongoing satisfactory performance by the appointed Service Providers
The Chemistry Synthesis and Other Chemistry Services required will include:
1. FTE rate for provision of chemistry support for medicinal chemistry programme(s), typically making 50mg samples of compounds for initial biological evaluation. For actives, re-synthesis on a larger scale may be required (typically 0.5g to 5g scale). The ability to carry out array chemistry is important;
2. Bespoke piece(s) of chemistry e.g. synthesis of a defined list of compounds, typically at <50mg scale;
-Scale up of chemistry, up to 200g;
-Chiral separation by crystallization or SFC/Chiral HPLC on (up to) gram scale.
-Synthesis of intermediates at 5-100g;
For all of these, a purity level will be defined. This will depend on the phase of the project, but typically is >95% purity and for scale up> 98% purity with no impurity >0.5%;
-Experimental write-ups, when requested, including compound characterization by 1H NMR, 13C NMR and LCMS or UPLC/MS for publications, in-vivo release, tech-transfer to DDU or other CRO for patent purposes.
The subsequent route to market will be via Mini Comp under the Framework.
II.2.5) Award criteria
Quality criterion: 1. Account /Project Management & Communication
/ Weighting: 4
Quality criterion: 2.Range of Chemistry Synthesis and other Chemistry Services available.
/ Weighting: 10
Quality criterion: 3. Service Levels
/ Weighting: 10
Quality criterion: 4. Audit Control & Record Keeping
/ Weighting: 10
Quality criterion: 5. Sample CVs
/ Weighting: 2
Quality criterion: 6. Added Value
/ Weighting: 4
Price
/ Weighting:
60
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 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
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-009350
Section V: Award of contract
Contract No: UoD-LAB031-TC-2023
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
22/07/2024
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 9
Number of tenders received by electronic means: 11
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
TCG Lifesciences
Block BN, Plot 7, Saltlake Electronics Complex, Sector V
Kolkata, West Bengal, India
700091
(Country) Other
Telephone: +001 9194142706
NUTS: 1A
The contractor is an SME:
No
V.2.3) Name and address of the contractor
3xper Innoventure Limited
Ticel Bio Park (Phase-2), 7th floor, Taramani
Chennai, Tamil Nadu
600113
IN
Telephone: +91 4440037721
NUTS: IN
The contractor is an SME:
No
V.2.3) Name and address of the contractor
SYNGENE INTERNATIONAL LIMITED
BIOCON SPECIAL ECONOMIC ZONE, BIOCON PARK, PLOT NO. 2 & 3, IV PHASE, BOMMASANDRA INDUSTRIAL AREA,BOMMASANDRA-JIGANI LINK ROAD
BANGALORE
560099
IN
Telephone: +44 7414206297
E-mail: nan.zhao@syngeneintl.com
NUTS: IN
The contractor is an SME:
No
V.2.3) Name and address of the contractor
BioAscent Discovery Ltd
Bo'ness rd
Newhouse
ML1 5UH
UK
Telephone: +44 1698534002
E-mail: asmith@bioascent.com
NUTS: UKM84
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Jubilant Biosys Limited
#96, Industrial Suburb, 2nd Stage, Yeshwanthpur
Bangalore
560022
IN
Telephone: +91 9886641533
NUTS: IN
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Cambridge Bioscience
Munro House
Cambridge
CB 23 8SQ
UK
Telephone: +44 1223316855
E-mail: hiten.patel@bioscience.co.uk
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Chemveda Life Sciences India Pvt. Ltd.
Plot- B 11/1, IDA Uppal
Hyderabad, Telangana
500039
IN
NUTS: IN
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Sai Life Sciences
Alderley Park
Macclesfield
SK104TG
UK
Telephone: +44 7789995203
E-mail: victoria.s@sailife.com
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
"ENAMINE" SIA
Vestienas iela 2 B
Riga
LV-1035
LV
Telephone: +38 0444958814
NUTS: LV006
The contractor is an SME:
No
V.2.3) Name and address of the contractor
ChemPartner Europe ApS
Ole Maaloes Vej 3,
Copenhagen
2200
DK
Telephone: +44 7768117764
NUTS: DK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
WuXi Apptec
5 New Street Square
London
EC4A 3TW
UK
Telephone: +44 1279777142
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 400 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(SC Ref:784022)
VI.4) Procedures for review
VI.4.1) Review body
Dundee Sheriff Court
West Bell Street
Dundee
DD1 1HN
UK
VI.4.2) Body responsible for mediation procedures
Dundee Sheriff Court
West Bell Street
Dundee
DD1 4HN
UK
VI.5) Date of dispatch of this notice
26/11/2024