Section one: Contracting authority
one.1) Name and addresses
University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
Contact
Rosa Mak
Telephone
+44 131651651
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
National registration number
SC005336
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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/
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
X-Ray Diffractometer and Chiller Unit
two.1.2) Main CPV code
- 38500000 - Checking and testing apparatus
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply, installation, commissioning and ongoing service support of an X-Ray Diffractometer and associated chiller unit.
two.1.5) Estimated total value
Value excluding VAT: £280,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38582000 - X-ray inspection equipment
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Kings Buildings Campus, EDINBURGH.
two.2.4) Description of the procurement
Supply, installation, commissioning and maintenance support of an X-Ray Diffractometer system with micro-diffraction capability and a large capacity sample changer. We also require a chiller which may either be an integral one or stand-alone. NB, limited space in the intended laboratory location for the XRD may require the proposed solution to fit within a given footprint. Suppliers are encouraged to arrange a site visit before preparing their bids.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Extended warranty options beyond an initial 5 year period may be considered.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
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 must demonstrate a minimum turnover of no less that twice the value of the contract over the past two years.
Bidders must demonstrate minimum values for the following accounting ratios:
1. acid test ratio,
2. gearing
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders must demonstrate previous experience of delivering,installing and supporting similar systems, preferably in a Higher Education or Research Institution.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-033906
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 March 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 2 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
29 March 2023
Local time
3:00pm
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23593. 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:
Bidders will be expected to describe how the proposed XRD instrument and air-cooled chiller will provide economic, environmental and social benefits including reduction in carbon footprint compared to current system, reduced energy consumption, improved power utilisation efficiency, etc., and also state any community benefits they can offer if successful with this bid, e.g. outreach events for local schools, etc.
(SC Ref:723653)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Sheriff Court House
EDINBURGH
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Edinburgh Sheriff Court and Justice of the Peace Court
Sheriff Court House
EDINBURGH
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom