Section one: Contracting authority
one.1) Name and addresses
Cardiff University
Procurement Services, McKenzie House, 30-36 Newport Road
Cardiff
CF24 0DE
Telephone
+44 2920879648
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
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://in-tendhost.co.uk/cardiffuniversity/aspx/Home
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Drug Development Services
Reference number
CU.431.JD
two.1.2) Main CPV code
- 85142000 - Paramedical services
two.1.3) Type of contract
Services
two.1.4) Short description
Drug development Services
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
In-Vivo Rodent Behavioural Assays
Lot No
2
two.2.2) Additional CPV code(s)
- 85142000 - Paramedical services
- 85145000 - Services provided by medical laboratories
- 85148000 - Medical analysis services
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
We require providers committed to the principles of the NC3Rs for in-vivo behavioural assays.
two.2.5) Award criteria
Quality criterion - Name: Qulaity / Weighting: 90
Price - Weighting: 10
two.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
2 x 12 month
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Electrophysiology Services
Lot No
1
two.2.2) Additional CPV code(s)
- 85145000 - Services provided by medical laboratories
- 85148000 - Medical analysis services
- 85142000 - Paramedical services
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
We require providers for electrophysiology services relevant to neuroscience drug development.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Price - Weighting: 10
two.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
2 x 12 month extensions
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
In-Vitro ADME-Tox services
Lot No
3
two.2.2) Additional CPV code(s)
- 85145000 - Services provided by medical laboratories
- 85142000 - Paramedical services
- 85148000 - Medical analysis services
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
We require providers of ADME-Tox services as part of our drug development pipeline.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.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
2 x 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
In-Vivo Rodent ADME-Tox
Lot No
4
two.2.2) Additional CPV code(s)
- 85142000 - Paramedical services
- 85145000 - Services provided by medical laboratories
- 85148000 - Medical analysis services
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
We require providers committed to the principles of the NC3Rs for in-vivo ADME-Tox services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Price - Weighting: 10
two.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
2 x 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
In-Vivo ADME-Tox (Non-Rodent)
Lot No
5
two.2.2) Additional CPV code(s)
- 85142000 - Paramedical services
- 85145000 - Services provided by medical laboratories
- 85148000 - Medical analysis services
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
We require providers committed to the principles of the NC3Rs for in-vivo ADME-Tox services (not NHP).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Price - Weighting: 10
two.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
2 x 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Manufacture of drug substance (API)
Lot No
6
two.2.2) Additional CPV code(s)
- 85145000 - Services provided by medical laboratories
- 85142000 - Paramedical services
- 85148000 - Medical analysis services
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
We require active substance manufacturers with GMP certification for API manufacture.
two.2.5) Award criteria
Price
two.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
2 x 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Chemistry
Lot No
7
two.2.2) Additional CPV code(s)
- 85142000 - Paramedical services
- 85145000 - Services provided by medical laboratories
- 85148000 - Medical analysis services
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
We require providers for chemistry services as part of our drug development pipeline.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Price - Weighting: 10
two.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
2 x 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 May 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
30 June 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=109829.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
See Procurement pack
(WA Ref:109829)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom