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