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