Tender

Provision of Patent Renewals

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2025/S 000-036861

Procurement identifier (OCID): ocds-h6vhtk-0513cb

Published 2 July 2025, 3:14pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

Learning & Teaching Building, 49 Richmond Street

Glasgow

G1 1XU

Contact

FAJINMI Ejiro

Email

ejiro.fajinmi@strath.ac.uk

Telephone

+44 7811592949

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.strath.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

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

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

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

Provision of Patent Renewals

Reference number

UOS-35860-2025

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 University of Strathclyde’s IP & Commercialisation team within the Innovation & Industry Engagement Directorate annually administers around 300 active patent cases, for around 35 countries including instructing renewals to maintain those cases in the territories of USA, Europe, Canada, India, China, Japan, South Korea, Australia and Brazil.

These patent cases require to be renewed in each territory on a regular basis, and we require a provider that can do this competently.

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The University of Strathclyde’s IP & Commercialisation team within the Innovation & Industry Engagement Directorate annually administers around 300 active patent cases, for around 35 countries including instructing renewals to maintain those cases in the territories of USA, Europe, Canada, India, China, Japan, South Korea, Australia and Brazil.

In 2024 around 120 renewals were conducted.

These patent cases require to be renewed in each territory on a regular basis, and we require a provider that can do this competently; has an interface/portal that is easy for the team to interact with; and is cost-effective.

A sole supplier is required to provide this renewals service.

As in previous contracts the interface should have live pricing, exportable exports, search & filter functionality and a security profile with the University is able to assess. The portal will allow the University to login and instruct renewals i.e. renew, auto renew, delay, abandon, and other channels.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

2 x 2 year extensions

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

List and brief description of selection criteria

4B1.1

Bidders will be required to have an average yearly turnover of a minimum of 800,000GBP for the last 2 years.

Minimum level(s) of standards possibly required

4B.5.1 – 4B.5.3 Insurances

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:

- The Contractor shall maintain in force with reputable insurers employer’s liability insurance and public liability insurance in the sum of not less than 10,000,000 GBP in respect of any one incident and unlimited as to numbers of claims.

- The Contractor shall maintain in force with reputable insurers professional liability insurance in the sum of not less than 2,000,000 GBP in respect of any one incident and unlimited as to numbers of claims.

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2

Bidders will be required to provide examples (3) that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4

Minimum level(s) of standards possibly required

Examples provided should be relevant and proportionate to the procurement exercise.

This question will have a minimum score of 2. Bidders that do not achieve this score may be eliminated from the tender at this stage in the evaluation)

Bidders that do not pass the above Selection Criteria may be eliminated from the tender at this stage in the evaluation.

All tenderers passing the above SPD Selection Criteria will be taken forward to the Tender Technical and Price evaluation


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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: 2025/S 000-021524

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

Date

6 August 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

6 August 2025

Local time

12:00pm

Place

Glasgow


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.

For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 802781. 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:

In line with the University’s Socio-Economic Impact and Community Benefits Strategy consideration has been given to the inclusion of community benefits within this contract and it was concluded that since the contract duration is for a total of 4 years, community benefits would form part of the contract value and service requirement.

Community benefit forms part of the technical questions with a weighting score of 3%.

(SC Ref:802781)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

Glasgow

Country

United Kingdom