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
Telephone
+44 1316502508
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
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
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
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
Telephone
+44 1312252525
Country
United Kingdom