Opportunity

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

  • University of Dundee

F02: Contract notice

Notice reference: 2024/S 000-009350

Published 22 March 2024, 11:34am



The closing date and time has been changed to:

22 May 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

University of Dundee

Procurement, 3rd Floor, Tower Building, Nethergate

Dundee

DD1 4HN

Contact

Mary Kirkpatrick

Email

m.y.kirkpatrick@dundee.ac.uk

Telephone

+44 1382386604

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

http://www.dundee.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00105

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

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

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

Reference number

UoD-LAB031-TC-2023

two.1.2) Main CPV code

  • 73110000 - Research services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73110000 - Research services

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

Biological Chemistry & Drug Discovery (BCDD), University of Dundee

two.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.

two.2.5) Award criteria

Quality criterion - Name: 1. Account /Project Management & Communication / Weighting: 4

Quality criterion - Name: 2.Range of Chemistry Synthesis and other Chemistry Services available. / Weighting: 10

Quality criterion - Name: 3. Service Levels / Weighting: 10

Quality criterion - Name: 4. Audit Control & Record Keeping / Weighting: 10

Quality criterion - Name: 5. Sample CVs / Weighting: 2

Quality criterion - Name: 6. Added Value / Weighting: 4

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £4,000,000

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

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

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.1.1) 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;

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

three.2) Conditions related to the contract

three.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 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: 6

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Originally published as:

Date

26 April 2024

Local time

5:00pm

Changed to:

Date

22 May 2024

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31 May 2024

four.2.7) Conditions for opening of tenders

Date

1 May 2024

Local time

12:00pm

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 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 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

six.4) Procedures for review

six.4.1) Review body

Dundee Sheriff Court

West Bell Street

Dundee

DD1 1HN

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Dundee Sheriff Court

West Bell Street

Dundee

DD1 4HN

Country

United Kingdom