Section one: Contracting authority
one.1) Name and addresses
Cardiff University
Procurement Services, McKenzie House, 30-36 Newport Road
Cardiff
CF24 0DE
Telephone
+44 2920879648
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Cardiff University - Legal Services Panel - Intellectual Property (IP) Patent Services
Reference number
CU.521.AD
two.1.2) Main CPV code
- 79140000 - Legal advisory and information services
two.1.3) Type of contract
Services
two.1.4) Short description
The aim of this procurement process is to establish two Legal Services Panels from which the University can engage with potential suppliers for Intellectual Property (IP) Patent Legal services to support the University’s IP protection and exploitation activities. The provision of IP Patent Services will be used by Cardiff University and any of its subsidiaries or associated companies
two.1.5) Estimated total value
Value excluding VAT: £2,200,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Biology and Life Sciences, Pharmaceuticals and Medicinal Chemistry
Lot No
1
two.2.2) Additional CPV code(s)
- 79120000 - Patent and copyright consultancy services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Wales
two.2.4) Description of the procurement
Advice and professional services relating to living organisms, including biology, botany, zoology, microbiology, physiology, biochemistry, and related subjects. Typically, this would cover Schools of Biosciences, Medicine, Dentistry, Healthcare, Pharmacy, Optometry and Psychology.
Advice and professional services relating to drug discovery and development. Projects allocated in this lot will typically involve research involving the School of Pharmacy and Pharmaceutical Sciences but may also include researchers from Biosciences and Medicine.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2024
This contract is subject to renewal
Yes
Description of renewals
The Panel will be 2 years with an option to extend by a further two 1-year periods making it a maximum of 4 years. (2+1+1). Any extension will be where appropriate and subject to agreement.
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
Physical Sciences and Engineering and Software
Lot No
2
two.2.2) Additional CPV code(s)
- 79120000 - Patent and copyright consultancy services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Wales
two.2.4) Description of the procurement
Advice and professional services relating to the sciences concerned with the study of inanimate natural objects, including physics, chemistry, astronomy, and related subjects. Typically, this would cover Schools of Chemistry, Engineering, Physics, Mathematics and Earth & Ocean Sciences.
Advice and professional services relating to patentability of software applications and copyright in proprietary code. Often projects allocated in this lot would involve the School of Computer Sciences though many such project are interdisciplinary and collaborative in nature.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2024
This contract is subject to renewal
Yes
Description of renewals
The Panel will be 2 years with an option to extend by a further two 1-year periods making it a maximum of 4 years. (2+1+1). Any extension will be where appropriate and subject to agreement.
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
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Chartered Institute of Patent Attorneys
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 10
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 February 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
Tender must be valid until: 31 March 2022
four.2.7) Conditions for opening of tenders
Date
4 February 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=116430.
(WA Ref:116430)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom