Tender

EC0906 Life Sciences Freight Forwarding and Logistics Agency Services

UNIVERSITY OF EDINBURGH

This public procurement record has 1 release in its history.

Tender

25 Aug 2022 at 14:48

Summary of the contracting process

The University of Edinburgh is seeking to create a framework agreement for port and freight forwarding and logistics agency services in the field of life sciences. The tender titled "EC0906 Life Sciences Freight Forwarding and Logistics Agency Services" falls under the services category, with a value of £1,950,000. The procurement stage is currently active, with a tender deadline on 26th September 2022. The tender aims to establish agreements with suppliers for the transport of laboratory equipment, livestock, and dangerous goods, including key services such as customs clearance and distribution.

This tender provides an opportunity for businesses specialising in freight transport agency services, particularly those experienced in handling life sciences logistics, dangerous goods, and customs clearance. Companies with expertise in national and international multi-modal transportation, customs processes, and logistics management will find this tender well-suited for their capabilities. The University of Edinburgh, as the buying organisation, is looking to engage suppliers who can meet the technical and quality criteria outlined in the tender documents. Interested businesses must ensure compliance with the tender's technical requirements, financial criteria, and submission guidelines to compete effectively in this procurement process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

EC0906 Life Sciences Freight Forwarding and Logistics Agency Services

Notice 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.

Lot Information

Transport of laboratory and life sciences equipment and consumables.

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.

Renewal: Option to extend for 2 x 1 Years

Transport of livestock.

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.

Renewal: Option to extend for a further 2 x 1 Years

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

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.

Renewal: Option to extend for a further 2 x 1 Years

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-036304
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023827-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

63 - Supporting and auxiliary transport services; travel agencies services


CPV Codes

63521000 - Freight transport agency services

Notice Value(s)

Tender Value
£1,950,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 Aug 20223 years ago
Submission Deadline
26 Sep 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF EDINBURGH
Contact Name
Kim Scott-Woodhouse
Contact Email
k.scott-woodhouse@ed.ac.uk
Contact Phone
+44 1316502508

Buyer Location

Locality
EDINBURGH
Postcode
EH1 1HT
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM75 City of Edinburgh

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-036304-2022-08-25T15:48:54+01:00",
    "date": "2022-08-25T15:48:54+01:00",
    "ocid": "ocds-h6vhtk-036304",
    "description": "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)",
    "initiationType": "tender",
    "tender": {
        "id": "EC0906",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "EC0906 Life Sciences Freight Forwarding and Logistics Agency Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "63521000",
            "description": "Freight transport agency services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 1950000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "3",
                "title": "Transport of laboratory and life sciences equipment and consumables.",
                "description": "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 690
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for 2 x 1 Years"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "Transport of livestock.",
                "description": "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for a further 2 x 1 Years"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "1",
                "title": "Transport of dangerous goods including infectious and biological material and products of animal origin.",
                "description": "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for a further 2 x 1 Years"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "63521000",
                        "description": "Freight transport agency services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "63521000",
                        "description": "Freight transport agency services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "63521000",
                        "description": "Freight transport agency services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "minimum": "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."
                },
                {
                    "type": "technical",
                    "description": "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": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 15
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-09-26T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2022-09-26T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-09-26T12:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-5739",
            "name": "University of Edinburgh",
            "identifier": {
                "legalName": "University of Edinburgh"
            },
            "address": {
                "streetAddress": "Charles Stewart House, 9-16 Chambers Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH1 1HT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Kim Scott-Woodhouse",
                "telephone": "+44 1316502508",
                "email": "k.scott-woodhouse@ed.ac.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.ed.ac.uk/schools-departments/procurement/supplying",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1637",
            "name": "Edinburgh Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-5739",
        "name": "University of Edinburgh"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:348183-2020:TEXT:EN:HTML"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000704427"
        }
    ],
    "language": "en"
}