Tender

Cardiff University - Legal Services Panel - Intellectual Property (IP) Patent Services

  • Cardiff University

F02: Contract notice

Notice identifier: 2021/S 000-030041

Procurement identifier (OCID): ocds-h6vhtk-02fccf

Published 3 December 2021, 10:55am



Section one: Contracting authority

one.1) Name and addresses

Cardiff University

Procurement Services, McKenzie House, 30-36 Newport Road

Cardiff

CF24 0DE

Email

Procurement@cardiff.ac.uk

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