Notice Information
Notice Title
Toxicology Services
Notice Description
The University invites competitive Tenders for the provision of toxicology services in relation to the conduct of an extended single dose toxicology study.
Lot Information
Lot 1
The University invites competitive Tenders for the provision of toxicology services in relation to the conduct of an extended single dose toxicology study in rats. The project revolves around the GLP toxicology testing of test substances according to requirements set out in the ICH M3 for supporting studies for human microdosing. The study will involve microdosing an imaging reagent via intravenous injection, with the intention to rapidly detect and quantify heart inflammation by combining the radiotracer with Positron Emission Tomography (PET) imaging.
Options: Suppliers can include prices for additional SEND packages that are not included in the tender.
Renewal: There is the possibility that the University will need similar toxicology studies in the future, however this is dependant on funding allocation. See tender documents for details.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000596086
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG364595
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- 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
73 - Research and development services and related consultancy services
-
- CPV Codes
73111000 - Research laboratory services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Aug 20196 years ago
- Submission Deadline
- 23 Sep 2019Expired
- 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- Fergus Martin
- Contact Email
- fergus.martin@ed.ac.uk
- Contact Phone
- +44 1316514576
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG364595
Toxicology Services - The University invites competitive Tenders for the provision of toxicology services in relation to the conduct of an extended single dose toxicology study.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000596086-2019-08-30T00:00:00Z",
"date": "2019-08-30T00:00:00Z",
"ocid": "ocds-r6ebe6-0000596086",
"initiationType": "tender",
"parties": [
{
"id": "org-15",
"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"
},
"contactPoint": {
"name": "Fergus Martin",
"email": "fergus.martin@ed.ac.uk",
"telephone": "+44 1316514576",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-15"
},
"tender": {
"id": "LIT0625",
"title": "Toxicology Services",
"description": "The University invites competitive Tenders for the provision of toxicology services in relation to the conduct of an extended single dose toxicology study.",
"status": "active",
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-09-23T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-09-23T12:00:00Z"
},
"documents": [
{
"id": "AUG364595",
"documentType": "contractNotice",
"title": "Toxicology Services",
"description": "The University invites competitive Tenders for the provision of toxicology services in relation to the conduct of an extended single dose toxicology study.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG364595",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The University invites competitive Tenders for the provision of toxicology services in relation to the conduct of an extended single dose toxicology study in rats. The project revolves around the GLP toxicology testing of test substances according to requirements set out in the ICH M3 for supporting studies for human microdosing. The study will involve microdosing an imaging reagent via intravenous injection, with the intention to rapidly detect and quantify heart inflammation by combining the radiotracer with Positron Emission Tomography (PET) imaging.",
"status": "active",
"options": {
"description": "Suppliers can include prices for additional SEND packages that are not included in the tender."
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 840
},
"hasRenewal": true,
"renewal": {
"description": "There is the possibility that the University will need similar toxicology studies in the future, however this is dependant on funding allocation. See tender documents for details."
}
}
],
"bidOpening": {
"date": "2019-09-23T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "ESPD 4B.1.1 Statement Bidders will be required to have a minimum \"general\" yearly turnover of 260,000 GBP for the last 3 years ESPD 4B.1.3 Statement 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 or started trading. ESPD 4B.5.1 and 4B.5.2 Statement It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5000000 GBP Public Liability Insurance = 5000000 GBP Professional Indemnity Insurance = 2000000 GBP(Approx) Product Liability Insurance = 5000000 GBP http://www.hse.gov.uk/pubns/hse40.pdf ESPD 4B.6 Statement 1: 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. ESPD 4B.6 Statement 2: 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. 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."
},
{
"type": "technical",
"description": "ESPD 4C.1.2 Bidders will be required to provide 3 examples from the previous 5 years that demonstrate that they have the relevant experience to deliver the services/supplies as described in the relevant section of the Site Notice. These examples must be of comparable value and complexity to the current requirement. Responses should be clearly labelled and provided in a the single document attached to the response box in PCS-T. Responses should contain the following information for each example: Project Value, Dates, Client information and Description of Project Note: if you are unable to provide examples please explain why. ESPD 4D.1.1 1st statement Quality Management The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) the bidder must have the following: A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. ESPD 4D.2 Suppliers should have an up to date environmental policy which highlights how it relates to the reduction of energy consumption and environmental good practice systems, including ISO 14001, or EMAS, (or equivalent) which form part of your business practice.",
"minimum": "Tenderers are required to conform to technical minimum requirements. Tenderers will be required to download, complete and upload the 'Minimum Standards' document to the Qualification envelope on PCS-T."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "73111000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "This procurement includes additional procurement-specific pass / fail minimum requirements which are detailed in the Qualification Envelope in PCS-T. NOTE: Bidders must complete the ESPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the ESPD Supplier Response Forms attached to ESPD question 2A.17 on PCS-T. These parties must complete the first three sections of the ESPD form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. The University reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria. Note: Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (as indicated in ESPD section 3D). Without prejudice to any additional relevant duties, suppliers should note that this includes obligations for certain organisations under: -the Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted), -the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN) -the Equality Act 2010 (available at https://www.legislation.gov.uk/ukpga/2010/15/contents) -the Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made) - this is grounds for mandatory exclusion or termination at any procurement or contract stage At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 14368. 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 14368. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Voluntary Community Benefits are sought through this procurement and tenderers are asked to state the voluntary measures that they will commit to. They are not scored. See Schedule 7 of the tender documents; titled 'Community Benefits & Fair Working Practices' for more information (SC Ref:596086)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000596086"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}