Tender

Standard Patent and Associated Intellectual Property Rights Service

  • University of Strathclyde
  • Glasgow Caledonian University

F02: Contract notice

Notice identifier: 2021/S 000-010786

Procurement identifier (OCID): ocds-h6vhtk-02b193

Published 17 May 2021, 9:24am



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

40 George Street, Procurement Department

Glasgow

G1 1QE

Email

maureen.mcmillan@strath.ac.uk

Telephone

+44 1415484450

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

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

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

one.1) Name and addresses

Glasgow Caledonian University

70 Cowcaddens Road

Glasgow

G4 0BA

Email

procurement@gcu.ac.uk

Telephone

+44 1413313578

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.gcu.ac.uk/procurement

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00195

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.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

Standard Patent and Associated Intellectual Property Rights Service

Reference number

UOS-18929-2020

two.1.2) Main CPV code

  • 79110000 - Legal advisory and representation services

two.1.3) Type of contract

Services

two.1.4) Short description

The University of Strathclyde aims to procure a single supplier to provide Intellectual Property Services to support the IP & Commercialisation team’s management of the University IP Portfolio.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79120000 - Patent and copyright consultancy services
  • 79140000 - Legal advisory and information services
  • 79100000 - Legal services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

University Of Strathclyde

two.2.4) Description of the procurement

The University will use the Intellectual Property Services to assist them to:

- Further enhance the quality of their marketable IP portfolio;

- Maximise the usage of their IPRs internationally;

- Utilise professional expertise to leverage their own knowledge & experience;

- Obtain a fair return to the University in return for making their IP available for license;

- Meet sponsor obligations & expectations regarding exploitation of sponsored research; and

- Operate an IP quality management process.

The successful Contractor shall for the full duration of the contracted period arrange the progress of the Intellectual Property Services to suit the requirements of the University and ensure that the execution of the Intellectual Property Services does not adversely affect normal University operations reputation or standing.

Please refer to the tender documentation for further information on the requirement.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 65

Price - Weighting: 35

two.2.6) Estimated value

Value excluding VAT: £1,500,000

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

2 x 12 months extensions

two.2.10) Information about variants

Variants will be accepted: No

two.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 the supplies or installations or as the extension of existing supplies or installations. The Contracting authority may at its sole

discretion exercise this option.

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

List and brief description of selection criteria

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

4B.1.2 - The bidder should provide its average yearly turnover for the three (3) years specified in this contract notice

4B.5.1 – 4B.5.3 Insurances 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

Minimum level(s) of standards possibly required

4B.1.2 - 4B.1.2 - The bidder should provide its average yearly turnover for the last three (3) years. Bidders will be required to have an average yearly turnover of a minimum of 2,000.000.00 GBP for the last 3 years.

4B.5.1 – 4B.5.3 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

Employer’s (Compulsory) Liability Insurance = 5m GBP

Public and Product Liability Insurance = 5m GBP

Professional Risk Indemnity Insurance = 2m GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2 - please provide three (3) relevant examples of previous services carried out as specified in this contract Notice.

(Examples from both public and/or private sector customers and clients may be provided):

Minimum level(s) of standards possibly required

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

Date

18 June 2021

Local time

12:00pm

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

18 June 2021

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

For the avoidance of doubt this is a C1 collaborative agreement for use by the University of Strathclyde and Glasgow Caledonian University only.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18568. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:653381)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9TW

Country

United Kingdom

six.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 to the Sheriff Court