Section one: Contracting authority
one.1) Name and addresses
UNIVERSITY OF THE HIGHLANDS AND ISLANDS
12B Ness Walk
INVERNESS
IV35SQ
Contact
Andrew Young
Country
United Kingdom
NUTS code
UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00101
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
Provision of a Research Collaboration Project to investigate highly antimicrobial inorganic coatings for infection control
Reference number
UHI-LAB-24081
two.1.2) Main CPV code
- 71900000 - Laboratory services
two.1.3) Type of contract
Services
two.1.4) Short description
The University wishes to invite tenders to supply and work with The University in a Research Collaboration Project. The subject of the Project is the evaluation of technologies for the production of adherent, hard, inorganic antimicrobial coatings.
The Research Collaboration Project will be guided by a Research Collaboration Agreement. The Research Collaboration Agreement will be added to the University of the Highlands and Islands' Terms and Conditions of Contract as an Addendum.
It should be noted that this will be agreed following contract award. The University does not have a standard Research Collaboration Agreement which can be shared.
The coatings will be applied primarily, but not exclusively, to healthcare products such as surgical instruments and implants. The successful applicant (The Contractor) will work with The University under the terms of an agreed Research Collaboration Agreement.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 24310000 - Basic inorganic chemicals
- 38434540 - Biomedical equipment
- 44113330 - Coating materials
- 45442000 - Application work of protective coatings
- 71900000 - Laboratory services
- 73110000 - Research services
two.2.3) Place of performance
NUTS codes
- UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance
Inverness
two.2.4) Description of the procurement
The University wishes to invite tenders to supply and work with The University in a Research Collaboration Project. The subject of the Project is the evaluation of technologies for the production of adherent, hard, inorganic antimicrobial coatings. The Research Collaboration Project will be guided by a Research Collaboration Agreement. The Research Collaboration Agreement will be added to the University of the Highlands and Islands' Terms and Conditions of Contract as an Addendum. It should be noted that this will be agreed following contract award.
The University does not have a standard Research Collaboration Agreement which can be shared.
In terms of the coatings, these will be applied primarily, but not exclusively, to healthcare products such as surgical instruments and implants. The successful applicant (The Contractor) will work with The University under the terms of an agreed Research Collaboration Agreement.
The Contractor must have an existing process in development which can produce antimicrobial coatings on surfaces by physical vapour deposition (PVD).
The Contractor shall participate in a collaboration between The University and The Contractor to participate in the construction of apparatus to replicate the developed process and site this at The University.
The Contractor shall be required to provide a list of all the parts, which form the apparatus. The University will own the apparatus. The University will supply some of the parts required to the Contractor. The parts which the University will supply include:
- A 1600 litre per second turbomolecular pump
- A dry pump (circa 1000 litres per min)
- A 5kW pulsed DC power supply (three off)
- A high frequency 6kW power supply for substrate bias (Bias Operation).
It must be noted that UHI have not purchased these items, for which these items are currently out to tender.
two.2.5) Award criteria
Quality criterion - Name: Process Capability / Weighting: 25%
Quality criterion - Name: Service Delivery / Weighting: 25%
Quality criterion - Name: Quality Management and Assurance / Weighting: 15%
Quality criterion - Name: Post Project Support / Weighting: 5%
Quality criterion - Name: Fair Work Practices / Weighting: 5%
Price - Weighting: 25%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
66
This contract is subject to renewal
Yes
Description of renewals
A two year maintenance and servicing plan will be applicable. The University reserves the right to extend the maintenance and servicing plan by a period of three (3) years.
It should be noted that following the expiry of the initial two-year Research Collaboration Agreement, the University reserves the right to extend the Research Collaboration Agreement on an annual basis.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
This requirement is part funded by the European Regional Development Fund, European Structural and Investment Funds 2014-2020 Programme Scotland.
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
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Minimum level(s) of standards possibly required
- Employer's (Compulsory) Liability Insurance = GBP 5 Million
- Product Liability Insurance = GBP 5 Million
- Public Liability Insurance = GBP 5 Million
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Not applicable
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
Originally published as:
Date
8 August 2022
Local time
12:00pm
Changed to:
Date
15 August 2022
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 August 2022
Local time
12:01pm
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
This requirement is part funded by the European Regional Development Fund, European Structural and Investment Funds 2014-2020 Programme Scotland.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21687. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff and Justice of the Peace Court
Inverness
IV2 3EG
Country
United Kingdom