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

Supply, Delivery, Installation, Commissioning of Oligonucleotide Synthesis and Processing Equipment

  • First published: 15 September 2024
  • Last modified: 15 September 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-044543
Published by:
University of Strathclyde
Authority ID:
AA20484
Publication date:
15 September 2024
Deadline date:
10 October 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Continuous Manufacturing and Crystallisation centre (CMAC) have a list of capital equipment that they are looking to purchase as part of the delivery of the CMAC Data Lab- Digital Medicine Manufacturing Research Accelerator project

This equipment will be used primarily by and for CMAC, goods will be housed on site in CMAC. Specific areas of focus include peptide and oligonucleotide chemistry aimed at developing new treatment modalities for diseases of societal need.

This proposal aims to acquire 2 multi-channel automated oligonucleotide synthesisers covering medium through put to high through put approaches. This system will enable the parallel production of DNA, LNA, RNA, 2' RNA modified oligonucleotides and conjugate derivatives using solid phase phosphonamidite chemistry. The systems will provide flexibility in terms of scale, low throughput, and high throughput parallel synthesis, allowing the synthesis of mixed backbones for methodology development purposes or quick access to multiple analogues in one run.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University of Strathclyde

McCance Building, 16 Richmond Street

Glasgow

G1 1XQ

UK

Telephone: +44 7811592949

E-mail: jen.robertson@strath.ac.uk

NUTS: UKM82

Internet address(es)

Main address: http://www.strath.ac.uk/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

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://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


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:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


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

Supply, Delivery, Installation, Commissioning of Oligonucleotide Synthesis and Processing Equipment

Reference number: UOS-32943-2024

II.1.2) Main CPV code

38000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Continuous Manufacturing and Crystallisation centre (CMAC) have a list of capital equipment that they are looking to purchase as part of the delivery of the CMAC Data Lab- Digital Medicine Manufacturing Research Accelerator project

This equipment will be used primarily by and for CMAC, goods will be housed on site in CMAC. Specific areas of focus include peptide and oligonucleotide chemistry aimed at developing new treatment modalities for diseases of societal need.

This proposal aims to acquire 2 multi-channel automated oligonucleotide synthesisers covering medium through put to high through put approaches. This system will enable the parallel production of DNA, LNA, RNA, 2' RNA modified oligonucleotides and conjugate derivatives using solid phase phosphonamidite chemistry. The systems will provide flexibility in terms of scale, low throughput, and high throughput parallel synthesis, allowing the synthesis of mixed backbones for methodology development purposes or quick access to multiple analogues in one run.

II.1.5) Estimated total value

Value excluding VAT: 300 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

38000000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

University of Strathclyde

II.2.4) Description of the procurement

Continuous Manufacturing and Crystallisation centre (CMAC) have a list of capital equipment that they are looking to purchase as part of the delivery of the CMAC Data Lab- Digital Medicine Manufacturing Research Accelerator project

This equipment will be used primarily by and for CMAC, goods will be housed on site in CMAC. Specific areas of focus include peptide and oligonucleotide chemistry aimed at developing new treatment modalities for diseases of societal need.

This proposal aims to acquire 2 multi-channel automated oligonucleotide synthesisers covering medium through put to high through put approaches. This system will enable the parallel production of DNA, LNA, RNA, 2' RNA modified oligonucleotides and conjugate derivatives using solid phase phosphonamidite chemistry. The systems will provide flexibility in terms of scale, low throughput, and high throughput parallel synthesis, allowing the synthesis of mixed backbones for methodology development purposes or quick access to multiple analogues in one run.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 15

This contract is subject to renewal: No

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: Yes

Description of options:

The Contracting Authority reserves the right to request additional deliveries by the Successful Tenderer, either intended as partial

replacement of supplies or installations or as extensions of existing supplies and installations.

The Contracting Authority may at it's sole discretion exercise this option

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

List and brief description of selection criteria:

4B 1.2 Turnover

Bidders will be required to have an general yearly turnover of a minimum of 600,000 GBP for the last 3 (three) years, to ensure the University is protected from any unforeseen financial risks that may impact the supplier or supply chain


Minimum level(s) of standards required:

Insurance requirements are in line with levels identified in the UOS standard Terms and Conditions.

It is a requirement of this contract that bidders can hold or commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:

The Contractor shall maintain in force with reputable insurers

Employer’s (Compulsory) Liability Insurance = GPB10m

Public and Product Liability Insurance = GBP 10m

Professional Risk Indemnity Insurance = GBP 2m

In respect of any one incident and unlimited as to numbers of claims

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Qualification Question 4C.1.2


Minimum level(s) of standards required:

Bidders will be required to provide three (3) examples that demonstrate that they have the relevant experience to deliver the supplies and services as described in part II.2.4 of the Find a Tender Service Contract Notice or relevant section of the Site

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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 000-006881

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 10/10/2024

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

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 10/10/2024

Local time: 12:00

Place:

University of Strathclyde

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27408. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Voluntary Community benefits are included in this requirement. For more information see:

https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Please see the Procurement documentation for full details of the Community Benefits applicable to this contract

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27408. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:777136)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

Glasgow

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland)

Regulations

2015(SSI2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.

VI.5) Date of dispatch of this notice

10/09/2024

Coding

Commodity categories

ID Title Parent category
38000000 Laboratory, optical and precision equipments (excl. glasses) Technology and Equipment

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:
jen.robertson@strath.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.