Tender

Supply, Installation and Maintenance of a microCT Scanner System

  • The University of Edinburgh

F02: Contract notice

Notice identifier: 2023/S 000-026691

Procurement identifier (OCID): ocds-h6vhtk-03fb60

Published 8 September 2023, 4:06pm



Section one: Contracting authority

one.1) Name and addresses

The University of Edinburgh

Charles Stewart House, 9-16 Chambers Street

Edinburgh

EH1 1HT

Contact

Tim Higgins

Email

tim.higgins@ed.ac.uk

Telephone

+44 1316502508

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

https://www.ed.ac.uk

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/go/68087275018A6F02B0BB

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/go/68087275018A6F02B0BB

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/68087275018A6F02B0BB

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, Installation and Maintenance of a microCT Scanner System

Reference number

EC0997

two.1.2) Main CPV code

  • 33115100 - CT scanners

two.1.3) Type of contract

Supplies

two.1.4) Short description

The University has received funding to procure a microCT scanner system, including maintenance for 5 years.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

The Roslin Institute, within the University of Edinburgh, has secured funding from the Biotechnology and Biological Sciences Research Council (BBSRC) to procure a micro computed tomography (microCT) instrument for use in non-destructive X-ray imaging of a variety of biological & non-biological samples. The funding provided is to include 5 years of maintenance, and the total budget available is GBP 500,000.

two.2.5) Award criteria

Quality criterion - Name: Proposed Solution / Weighting: 32

Quality criterion - Name: Installation, Acceptance and Training / Weighting: 12

Quality criterion - Name: Maintenance, Support and Upgrades / Weighting: 16

Quality criterion - Name: IT / Cyber Security / Weighting: 8

Quality criterion - Name: Data Protection / Weighting: 4

Quality criterion - Name: Social Responsibility & Sustainability / Weighting: 4

Quality criterion - Name: Added Value / Weighting: 4

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £500,000

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

Three further 12-month periods of extension available to the University

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

-The University reserves the right to purchase additional components from the successful tenderer relating to this system.

-Additionally, the University reserves the right to purchase additional equipment from the successful tenderer should it receive additional funding to do so.

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

-If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

-Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships.

three.1.2) Economic and financial standing

List and brief description of selection criteria

-Bidders will be required to have a minimum “general” yearly turnover of 200,000 GBP for the last 3 years

-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.

-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:

Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP

Public Liability Insurance = 2,000,000 GBP

Professional Risk Indemnity Insurance = 1,000,000 GBP

Product Liability Insurance = 2,000,000 GBP

http://www.hse.gov.uk/pubns/hse40.pdf

-The Authority will extract a Dunn & Bradstreet financial stability report for Bidders to further establish their financial stability does not present a risk to the delivery of this contract.

three.1.3) Technical and professional ability

List and brief description of selection criteria

-Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

-Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.

-If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

-Bidders will be required to confirm their average annual manpower for the last three years.

-Bidders will be required to confirm their and the number of managerial staff for the last three years.

-Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

-Bidders must confirm that they will provide samples, descriptions and/or photographs of the products to be supplied which do not require a certificate of authenticity: as required within the Technical submission.

-Please see additional standard statements relating to; Quality Management Procedures, Health and Safety Procedures and Environmental Management Systems

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

9 October 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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 October 2023

Local time

12:00pm

Place

Electronically on PCS-T


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

-Please review the all the requirements and attachments promptly to allow sufficient time to raise a tender query with the Authority to clarify anything considered ambiguous.

-Questions asked within 6 days of the submission deadline may not be responded to.

-If you suspect there are any errors or omissions within any aspect of the tender documentation or information provided, please highlight this to the Authority through a tender query on PCS-T as soon as is practical.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25120. 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:

Tenderers are encouraged to propose community benefits as part of their tender submissions.

(SC Ref:744049)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Edinburgh Sheriff Court and Justice of the Peace Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Edinburgh Sheriff Court and Justice of the Peace Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom