Section one: Contracting authority
one.1) Name and addresses
APUC LIMITED
Unit 27,Stirling Business Centre, Wellgreen
STIRLING
FK82DZ
Contact
Ola Margasinska
Telephone
+44 1314428968
Country
United Kingdom
Region code
UKM - Scotland
Companies House
SC314764
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
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
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
Intellectual Property Services
Reference number
PFB1034 AP
two.1.2) Main CPV code
- 79120000 - Patent and copyright consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority is seeking Contractor(s) for the provision of Intellectual Property (IP) Services to the Scottish Higher and Further Education sector including IP protection services, patent renewals, IP consultancy services and patent searching and other IP analytics tools.
two.1.5) Estimated total value
Value excluding VAT: £12,000,000
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
IP Protection Services
Lot No
1
two.2.2) Additional CPV code(s)
- 79120000 - Patent and copyright consultancy services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
The Authority is seeking to appoint Contractors to provide patent, trademarks and designs protection across all academic fields, and including preliminary patentability review, filing, prosecution and IP advice and covering UK, European and International applications.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement is anticipated to commence on the 1st of October 2023 for a period of 36 months and expire on the 30th of September 2026.
The Authority reserves the right to extend the Framework Agreement for a further 12-month period subject to satisfactory performance and continued Institutions requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
IP Patent Renewals
Lot No
2
two.2.2) Additional CPV code(s)
- 79120000 - Patent and copyright consultancy services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
The Authority is seeking Contractor(s) for the provision of IP patent renewal services including renewal tracking and monitoring, renewal payment services, record maintenance and reporting.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement is anticipated to commence on the 1st of October 2023 for a period of 36 months and expire on the 30th of September 2026.
The Authority reserves the right to extend the Framework Agreement for a further 12-month period subject to satisfactory performance and continued Institutions requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
IP Consulting
Lot No
3
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
The Authority is seeking Contractor(s) for the provision of IP consultancy services including: IP strategy development, IP portfolio management, IP valuation and due diligence, IP licensing and commercialisation (developing strategies for IP assets commercialisation).
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement is anticipated to commence on the 1st of October 2023 for a period of 36 months and expire on the 30th of September 2026.
The Authority reserves the right to extend the Framework Agreement for a further 12-month period subject to satisfactory performance and continued Institutions requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Patent Searching & Other IP Analytics Tools
Lot No
4
two.2.2) Additional CPV code(s)
- 48460000 - Analytical, scientific, mathematical or forecasting software package
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
The Authority is seeking Contractor(s) for the provision of:
- standalone patent searching tool allowing for a comprehensive search and analysis of patent databases to determine the patentability, and licensing opportunities;
- and other IP analytical tools supporting institutions in: identifying trends and patterns in IP data, analysing IP portfolio, assessing patentability and commercial opportunities, identifying competitors and potential partners, assessing IP portfolio value.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement is anticipated to commence on the 1st of October 2023 for a period of 36 months and expire on the 30th of September 2026.
The Authority reserves the right to extend the Framework Agreement for a further 12-month period subject to satisfactory performance and continued Institutions requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Please refer to the "Qualification Envelope" of the ITT within PCS-T to answer the selection criteria.
Please refer to Part IV Selection Criteria: Questions within 4B.5 of the SPD
Tenderers must confirm they can provide the following supporting evidence prior to award:
For Lot 1:
Employer's (Compulsory) Liability Insurance = GBP 5 Million
Public Liability Insurance = GBP 5 Million
Professional Risk Indemnity Insurance = GBP 10 Million
For Lot 2 & 4:
Employer's (Compulsory) Liability Insurance = GBP 5 Million
Public Liability Insurance = GBP 5 Million
For Lot 3:
Employer's (Compulsory) Liability Insurance = GBP 5 Million
Public Liability Insurance = GBP 5 Million
Professional Risk Indemnity Insurance = GBP 1 Million
With reference to SPD question 4B.6 - The successful Contractor(s) will be required to provide two years audited accounts, or equivalent if awarded a place on the Framework Agreement. Alternatively, if the Contractor is unable to provide the required accounting information e.g. a new business without the required accounts, then they will be required to provide a bankers letter demonstrating their willingness to support the Contractors organisation over the term of the Framework Agreement. The two years audited accounts, or equivalent will be subject to ratio analysis.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Tenderers must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This includes confirmation that they have the systems in place to pay subcontractors through the supply chain promptly (i.e. no later than 30 days after the invoice (or similar claim) relating to the payment is presented) and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Submission of Management Information Following commencement of the Framework Agreement, the Contractor will provide a performance report to the Authority on a quarterly basis to include spend by Institution under the Framework Agreement for the reporting period. Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be uploaded to the website: http://ucsp.ac.uk/.
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
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
7 August 2023
Local time
2:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 August 2023
Local time
2:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: June 2027
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
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.
Suppliers should confirm they will be in a position to complete (at point of award) the following:
Appendix A Form of Tender
Appendix B Freedom of Information
Appendix D APUC Sustain Supply Chain Code of Conduct
Appendix G SCM RP Section 1
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24358. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Suppliers will be asked to offer added value activities including IP training for staff and students.
six.4) Procedures for review
six.4.1) Review body
Stirling Sheriff Court and Justice of the Peace Court
Sheriff Court House,
Stirling
Fk8 1NH
Telephone
+44 1786470456
Country
United Kingdom