Tender

EC0906 Life Sciences Freight Forwarding and Logistics Agency Services

  • University of Edinburgh

F02: Contract notice

Notice identifier: 2022/S 000-023827

Procurement identifier (OCID): ocds-h6vhtk-036304

Published 25 August 2022, 3:48pm



Section one: Contracting authority

one.1) Name and addresses

University of Edinburgh

Charles Stewart House, 9-16 Chambers Street

Edinburgh

EH1 1HT

Contact

Kim Scott-Woodhouse

Email

k.scott-woodhouse@ed.ac.uk

Telephone

+44 1316502508

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.ed.ac.uk/schools-departments/procurement/supplying

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107

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

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://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

EC0906 Life Sciences Freight Forwarding and Logistics Agency Services

Reference number

EC0906

two.1.2) Main CPV code

  • 63521000 - Freight transport agency services

two.1.3) Type of contract

Services

two.1.4) Short description

The University is seeking to create a framework agreement for port and freight forwarding and logistics agency services, specialising in life sciences logistics.

The Services comprise two main elements. The first element is Freight, Transport and Logistics, including uplifts, national and international multi-modal transportation, interim storage (e.g. while customs clearance is obtained), distribution and delivery. The second is Freight Forwarding and Customs Clearance Agency Services, which includes the provision of professional advice to University clients on all matters relating to the import and export of goods (including Dangerous Goods and Products of Animal Origin if applicable to the lot); and acting as the University’s agent in all Customs clearance formalities.

two.1.5) Estimated total value

Value excluding VAT: £1,950,000

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

Transport of laboratory and life sciences equipment and consumables.

Lot No

3

two.2.2) Additional CPV code(s)

  • 63521000 - Freight transport agency services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

Lot 3 suppliers are provide the following services for the Transport of laboratory and life sciences equipment and consumables: Freight, Transport and Logistics, including uplifts, national and international multi-modal transportation, interim storage (e.g. while customs clearance is obtained), distribution and delivery. Freight Forwarding and Customs Clearance Agency Services, which includes the provision of professional advice to University clients on all matters relating to the import and export of goods; and acting as the University’s agent in all Customs clearance formalities.

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

23

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 2 x 1 Years

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

Transport of livestock.

Lot No

2

two.2.2) Additional CPV code(s)

  • 63521000 - Freight transport agency services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

Lot 2 suppliers are provide the following services for 2. Transport of livestock: Freight, Transport and Logistics, including uplifts, national and international multi-modal transportation, interim storage (e.g. while customs clearance is obtained), distribution and delivery. Freight Forwarding and Customs Clearance Agency Services, which includes the provision of professional advice to University clients on all matters relating to the import and export of goods; and acting as the University’s agent in all Customs clearance formalities.

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

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further 2 x 1 Years

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

Transport of dangerous goods including infectious and biological material and products of animal origin.

Lot No

1

two.2.2) Additional CPV code(s)

  • 63521000 - Freight transport agency services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

Under Lot 1 suppliers are provide the following services for Dangerous goods classes 1 to 9 and products of animal origin (POAO): Freight, Transport and Logistics, including uplifts, national and international multi-modal transportation, interim storage (e.g. while customs clearance is obtained), distribution and delivery. Freight Forwarding and Customs Clearance Agency Services, which includes the provision of professional advice to University clients on all matters relating to the import and export of goods; and acting as the University’s agent in all Customs clearance formalities.

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

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further 2 x 1 Years

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

Minimum level(s) of standards possibly required

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

Bidders will be required to have a minimum “general” yearly turnover of 325,000 GBP for the last 3 years

- Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP

Public Liability Insurance = 2,000,000 GBP

Professional Risk Indemnity Insurance: 1,000,000 GDP

Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract.

Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations.

Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios:

- Current Ratio

- Quick Ratio

- Debtors Turnover Ratio

- Return on Assets

–Working Capital

- Debt to Equity Ratio

- Gross Profit Ratio

A review of your ratios and audited accounts may be undertaken. In some cases this review may lead to an additional request for further financial information to help clarify any potential issues raised.

This information may be used to assess financial sustainability.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Must provide relevant examples of supplies / services carried out in the last 3 years.

It is a mandatory requirement for any tenderer to have experience within in the global transportation and customs clearance of Life Sciences, Pharmaceuticals and Biomedical Research goods, dangerous goods, livestock, and POAO. Including freight forwarding and customs clearance agency services, which includes the provision of professional advice and acting as the University’s agent in all Customs clearance formalities.

Tenderer’s must have the relevant license(s) relating to the import and export products of animal origin animal livestock and the carriage of dangerous goods at contract commencement.

Full info is available in the ITT

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),

Equivalent, documented policy and procedures regarding quality management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented items relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above — a policy with set responsibilities, review and improvement procedures, quality management and performance process, workforce training, skills and information process, monitoring arrangements, bidder quality management arrangements, and a process for managing complaints.

The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate

If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, then the bidder must have the following:

Equivalent, regularly reviewed documented policy and procedures regarding environmental management, authorised by the Chief Executive, or equivalent.

These must include the following documented processes and arrangements relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above – ensuring effectiveness of measures and reducing impacts, workforce training and skills, checking and reviewing, dealing with waste, and ensuring any suppliers the bidders engages apply appropriate environmental protection measures

Minimum level(s) of standards possibly required

Tenderers must conform to a number of technical minimum requirements. Tenderers will be required to complete Minimum Technical Standards as part of their Qualification Envelope submission on PCS-Tender.


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: 15

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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 141-348183

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

Date

26 September 2022

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

26 September 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 46007. 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:

Please refer to ITT documents.

(SC Ref:704427)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court