{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000704427-2022-08-25T00:00:00Z",
    "date": "2022-08-25T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000704427",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-39",
            "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": "Kim Scott-Woodhouse",
                "email": "k.scott-woodhouse@ed.ac.uk",
                "telephone": "+44 1316502508",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "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"
            }
        },
        {
            "id": "org-40",
            "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"
            },
            "contactPoint": {
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "University of Edinburgh",
        "id": "org-39"
    },
    "tender": {
        "id": "EC0906",
        "title": "EC0906 Life Sciences Freight Forwarding and Logistics Agency 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.",
        "status": "active",
        "items": [
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "63521000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "63521000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "63521000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1950000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2022-09-26T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-09-26T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG457339",
                "documentType": "contractNotice",
                "title": "EC0906 Life Sciences Freight Forwarding and Logistics Agency 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.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG457339",
                "format": "text/html"
            }
        ],
        "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.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 690
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for 2 x 1 Years"
                }
            },
            {
                "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.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for a further 2 x 1 Years"
                }
            },
            {
                "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.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for a further 2 x 1 Years"
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2022-09-26T12:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "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."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 15
            }
        },
        "classification": {
            "id": "63521000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 141-348183"
        }
    ],
    "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)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000704427"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}