Tender

Supply of a Latch Rack Tube Store and related accessories, consumables, ext. warranty and service & maintenance

  • University of Dundee

F02: Contract notice

Notice identifier: 2024/S 000-024423

Procurement identifier (OCID): ocds-h6vhtk-048779

Published 5 August 2024, 8:47am



Section one: Contracting authority

one.1) Name and addresses

University of Dundee

Procurement, 3rd Floor, Tower Building, Nethergate

Dundee

DD1 4HN

Email

v.a.z.watson@dundee.ac.uk

Telephone

+44 1382386810

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

http://www.dundee.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00105

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.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.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

Supply of a Latch Rack Tube Store and related accessories, consumables, ext. warranty and service & maintenance

Reference number

UoD-LAB527-TC-2024

two.1.2) Main CPV code

  • 39711124 - Industrial freezers

two.1.3) Type of contract

Supplies

two.1.4) Short description

Automated Freezer Storage

two.1.5) Estimated total value

Value excluding VAT: £155,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

School of Life Science, University of Dundee

two.2.4) Description of the procurement

Supply, delivery and installation of a Latch Rack Tube Store for storing chemical compounds, including related accessories, consumables, extended warranty, service and maintenance - three years in the first instance. With scope to extend by a further 7 x 12 months however this is subject to need and satisfactory performance.

two.2.5) Award criteria

Quality criterion - Name: quality - technical / Weighting: 70

Price - 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

scope to extend by a further 7 x 12 months subject to need and satisfactory performance

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

There may be scope for additional units under this agreement, however this will be subject to need and satisfactory performance. At present there is no budget for additional units.

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

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

4 September 2024

Local time

1:00pm

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

Tender must be valid until: 20 December 2024

four.2.7) Conditions for opening of tenders

Date

4 September 2024

Local time

1:30pm

Information about authorised persons and opening procedure

Members of the University's Procurement Team


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

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=774023.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:774023)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=774023

six.4) Procedures for review

six.4.1) Review body

Dundee Sheriff Court

Sheriff Court House, 6 West Bell Street

Dundee

DD1 9AD

Email

dundee@scotcourts.gov.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The University shall incorporate a minimum of TEN (10) calendar days standstill period between notification to Tenderers of the intention to award the contract and the final conclusion of the award of contract. This period allows unsuccessful Tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have TWO (2) working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of THREE (3) working days before the expiry of the standstill period. Such additional information should be required from (please refer to the address in Part 1.1 of the contract notice).