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
Telephone
+44 1314513704
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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