Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
Telephone
+44 1415484450
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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
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