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
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