Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
Contact
Kirstie Peffers
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
Multiscale Metrology Suite Triple Quadrupole Inductively coupled plasma mass spectrometry
Reference number
UOS-17748-2020
two.1.2) Main CPV code
- 38433100 - Mass spectrometer
two.1.3) Type of contract
Supplies
two.1.4) Short description
This tender is for a triple quadrupole inductively-coupled plasma mass spectrometer that will be housed in the University of Strathclyde Institute of Pharmacy and Biomedical Sciences.
two.1.5) Estimated total value
Value excluding VAT: £190,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38433000 - Spectrometers
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
This tender is for a triple quadrupole inductively-coupled plasma mass spectrometer that will be housed in the University of Strathclyde Institute of Pharmacy and Biomedical Sciences. The requested system will be used as a standalone equipment, or connected with existing pieces of equipment (for example, field flow fractionation). The proposed application of the system is the measurement of novel nanotechnology prototypes.
Fulls details of the requirement can be found in the technical envelope of PCS-T
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contracting Authority reserves the right to request additional deliveries by the Successful Tenderer, either intended as partial replacement of supplies or installations or as extensions of existing supplies and installations.
The Contracting Authority may at it's sole discretion exercise this option.
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
4B.1.2 - the Tenderer will be required to have an average yearly turnover of a minimum of GBP350,000.00 for the last 3 [three] years.
4B.5.1A - the Tenderer must maintain Professional Risk Indemnity insurance in the sum of not less than GBP2,000,000 in respect of any
one incident and unlimited as to numbers of claims.
4B.5.1b - the Tenderer must maintain Employer's (Compulsory) Liability insurance in the sum of not less than GBP10,000,000 in respect
of any one incident and unlimited as to numbers of claims.
4B.5.2 - the Tenderer must maintain Public Liability insurance in the sum of not less than GBP10,000,000 in respect of any one incident
and unlimited as to numbers of claims.
In respect of any one incident and unlimited as to numbers of claims, and adequate insurances covering all the Contractor’s other liabilities
in terms of the Contract.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2 Bidders will be required to provide three (3) examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.
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
11 October 2021
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 October 2021
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19595. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:666049)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts
(Scotland)Regulations 2015 (SSI2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.