Tender

Laser and Fibre Opto-Mechanical Components

  • Heriot-Watt University

F02: Contract notice

Notice identifier: 2025/S 000-004726

Procurement identifier (OCID): ocds-h6vhtk-04de1d

Published 12 February 2025, 1:29pm



The closing date and time has been changed to:

4 April 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Heriot-Watt University

Moyen House, Research Park North, Heriot-Watt University

Riccarton, Edinburgh

EH14 4AP

Contact

Richard Kinghorn

Email

r.g.kinghorn@hw.ac.uk

Telephone

+44 1314513704

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://hw.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00307

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

Laser and Fibre Opto-Mechanical Components

Reference number

HWU-UK-2425-131-00

two.1.2) Main CPV code

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

two.1.3) Type of contract

Supplies

two.1.4) Short description

The University is seeking to establish a Framework Agreement for the provision of Laser and Fibre Opto-Mechanical Components to its School of Engineering and Physical Sciences located on its Edinburgh Campus.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Heriot-Watt University

Riccarton Campus

Edinburgh

EH14 4AS

two.2.4) Description of the procurement

The University is seeking to establish a Framework Agreement for the provision of Laser and Fibre Opto-Mechanical Components to its School of Engineering and Physical Sciences located on its Edinburgh Campus.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Cost criterion - Name: Commercial / Weighting: 30

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The University reserves the right to extend the Agreement for one further 12 month period, subject to satisfactory performance and continuation of the University’s requirements

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Bidders will be required to have a minimum “general” yearly turnover of the amount listed below, for the last 2 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.

The Successful Contractor will be required to provide two years audited accounts, or equivalent prior to awarded to the Contract, or confirm in their tender submission the publicly accessible, free, online location of accounts if available in such a format. There must be no qualification or contra-indication from any evidence provided in support of the Contractor’s economic and financial standing.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any contract, the types and levels of insurance listed below.

Bidders also must confirm they can provide the following supporting evidence at point of award.

Minimum level(s) of standards possibly required

Turnover Requirements

Bidders will be required to have a minimum “general” yearly turnover of 500,000 GBP for the last 2 years.

Insurance Requirements

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any contract, the following types and levels of insurance:

Employer's (Compulsory) Liability Insurance = 5,000,000 GBP

Product Liability Insurance = 2,000,000 GBP

Public Liability Insurance = 2,000,000 GBP


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: 8

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

Originally published as:

Date

14 March 2025

Local time

12:00pm

Changed to:

Date

4 April 2025

Local time

12:00pm

See the change notice.

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

English

four.2.7) Conditions for opening of tenders

Date

14 March 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Tenderers will be asked to submit the following forms. These forms are for information only and will not be scored.

Form of Tender

Bona Fide Tender

Freedom of Information

Supply Chain Code of Conduct

The Successful Tenderer must confirm that they comply with the requirements of the Modern Slavery Act 2015.

The Successful Tenderer will be required to provide two years audited accounts, or equivalent prior to awarded to the Contract, or confirm in their tender submission the publicly accessible, free, online location of accounts if available in such a format.

There must be no qualification or contra-indication from any evidence provided in support of the Contractor’s economic and financial standing.

Where the capability & capacity of a subcontractor, members of a consortia or any other body will be relied on, separate SPD(s) are required from each of those other parties relied on.

Where subcontractors are to be used but their capability & capacity are not relied on, the University may choose to request separate SPD(s).

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28563. The ITT code is itt_58157.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28563. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:790487)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

Edinburgh

Country

United Kingdom