Section one: Contracting authority
one.1) Name and addresses
University of Edinburgh
Charles Stewart House
Edinburgh
EH1 1HT
Contact
John Kenmure
Telephone
+44 1316504776
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
http://www.ed.ac.uk/schools-departments/procurement/supplying
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
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
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
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 Powder Diffractometer
Reference number
EC0938
two.1.2) Main CPV code
- 38530000 - Diffraction apparatus
two.1.3) Type of contract
Supplies
two.1.4) Short description
The UoE invites tenders for supply, installation, initial training and technical services in relation to an X-ray Powder diffractometer and associated variable temperature devices to cover the ranges, 12K -293K and 293K-1773K.
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
two.2.4) Description of the procurement
Open tender for an X-Ray Powder Diffractometer
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
12
This contract is subject to renewal
Yes
Description of renewals
Duration of contract is 12 months with the option to extend for a further 48 months to cover extended warranty/service package if funds available
two.2.10) Information about variants
Variants will be accepted: No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Staff must be appropriately qualified to install and commission the instrument.
three.1.2) Economic and financial standing
List and brief description of selection criteria
The successful tenderer will be required to provide 3 years audited accounts, or equivalent, prior to being awarded the Contract, or confirm in their submission the publicly accessible, free, online location of accounts 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.
Minimum level(s) of standards possibly required
ESPD 4B.1.1 Statement
Bidders will be required to have a minimum "general" yearly turnover of GBP 650,000 for the last 3 years.
ESPD 4B.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 Statements
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.
Public Liability Insurance = 2,000,000 GBP
Employer's (Compulsory) Liability Insurance = 5,000,000 GBP
Product Liability Insurance = 1,000,000 GBP
Please note that these levels are 'for each and every claim' and there will be no limit of liability accepted. Bidders must also confirm they can provide supporting evidence at point of award.
three.1.3) Technical and professional ability
List and brief description of selection criteria
List and brief description of selection criteria:
SPD 4C.2 Statement
Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
SPD 4C.10 Statement
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Minimum level(s) of standards possibly required
SPD Statement 4D.1:
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.
SPD 4D.2 Statement:
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.
Technical Minimum standards relating to the service requirements are included in section 1.83 of the Qualification envelope on PCS-Tender.
Safety Standards
- Equipment Tenderers must ensure compliance with all relevant UK statutes and regulations.
- Compliance with all relevant European norms concerning the safety and installation of the equipment is required.
- Equipment Tenderers must report any special instructions or requirements to ensure that the equipment will be safe and not put health at risk. This is without prejudice to any responsibility under the Health and Safety at Work Act.
- The equipment (or ancillaries) must be capable of passing the Electricity at Work Regulation latest editions with regard to portable electrical appliance testing, where applicable. If there are special requirements for testing, the Tenderer should provide detailed electrical certification detailing these exceptions at the time of purchase.
- Provision and Use of Work Equipment Regulations latest editions
Electrical Supply
- All equipment must comply with current UK regulation.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
3 May 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
3 May 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project Code is 18287
This procurement includes additional procurement-specific minimum requirements which are detailed in section 1.83 of the Qualification Envelope in PCS-T.
Note: Bidders must complete the SPD (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 SPD Supplier Response Forms attached to the SPD question 2A.17.4 and 2C.1.1 on PCS-T. These parties complete the first three sections of the SPD 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 SPD section 3D). Without prejudice to any additional relevant duties, suppliers should note that this includes obligations 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
https://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 18287. 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 18287. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:648956)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
Country
United Kingdom