Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Term Framework for the Provision of Chemistry Synthesis and other Chemistry Services Outsourcing Framework

  • First published: 23 March 2024
  • Last modified: 23 March 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-044ba4
Published by:
University of Dundee
Authority ID:
AA22823
Publication date:
23 March 2024
Deadline date:
26 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publicontractsscotland.gov.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

www.publicontractsscotland.gov.uk


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.1.5) Estimated total value

Value excluding VAT: 4 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

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

Criteria below:

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.2.6) Estimated value

Value excluding VAT: 4 000 000.00  GBP

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:

Option to extend Framework for maximum 2 x further years, subject to ongoing need and satisfactory performance by the appointed service providers.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Please provide a minimum of 3 examples of similar projects/contracts previously undertaken in the last 3 years.

Please provide details of the technicians or technical bodies that you can call upon , particularly in respect of quality control of the Chemistry synthesis services to be provided:

Bidders are required to confirm that they and/or their proposed personnel have as a minimum the following relevant educational and professional qualifications:

Team Leaders with responsibility for the day-to-day management of UoD’s projects must be educated to PhD level or equivalent;

Chemists carrying out the project work require to be educated to BSC level or above;

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.2.3) 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: 6

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: 26/04/2024

Local time: 17:00

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: 31/05/2024

IV.2.7) Conditions for opening of tenders

Date: 01/05/2024

Local time: 12:00

Place:

Procurement, Level 3, Tower Building, University of Dundee, Nethergate, Dundee DD1 4HN

Information about authorised persons and opening procedure:

Mary Kirkpatrick, Category Manager duly authorised.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=761553.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:761553)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=761553

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

22/03/2024

Coding

Commodity categories

ID Title Parent category
73110000 Research services Research and experimental development services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
m.y.kirkpatrick@dundee.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.