Section one: Contracting authority
one.1) Name and addresses
UNIVERSITY OF THE HIGHLANDS AND ISLANDS
12B Ness Walk
INVERNESS
IV35SQ
Telephone
+44 1463279000
Fax
+44 1463279001
Country
United Kingdom
Region code
UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Justification for not providing organisation identifier
Not on any register
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 Plasma Assisted - Chemical Vapour Deposition (PA-CVD) System
Reference number
UHI-LAB-24073
two.1.2) Main CPV code
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.1.3) Type of contract
Supplies
two.1.4) Short description
The University wishes to invite tenders to supply The University with a plasma assisted chemical vapour deposition (PA-CVD) system for the formation of amorphous carbon coatings in diamond form SP3 at low temperatures.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
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 The University with a plasma assisted chemical vapour deposition (PA-CVD) system for the formation of amorphous carbon coatings in diamond form SP3 at low temperatures.
two.2.5) Award criteria
Quality criterion - Name: Product Features / Weighting: 35%
Quality criterion - Name: Quality Management and Assurance / Weighting: 20%
Quality criterion - Name: Support Services / Weighting: 15%
Quality criterion - Name: Fair Work Practices / Weighting: 10%
Quality criterion - Name: Environmental Management / Weighting: 10%
Price - Weighting: 10%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
65
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: No
two.2.14) Additional information
It is anticipated that the Contract will commence on 05 December 2022 and delivery is desired to be made to the University by the end of April 2023. The University is aware of the global supply chain crisis and understands that the delivery date may be affected by the present situation.
A five (5) year maintenance and servicing plan will be required, commencing from the date of installation.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
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:
- Employer's (Compulsory) Liability Insurance = GBP 5 Million
- Product Liability Insurance = GBP 5 Million
- Public Liability Insurance = GBP 5 Million
To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts, or equivalent.
Alternatively, if the Contractor is unable to provide the required accounting information, e.g. due to being a new business, then they will be required to provide a banker's letter demonstrating their willingness to the support the Contractor's organisation over the term of the contract.
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
Date
4 November 2022
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
4 November 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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations in 2015.
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 22447. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:707650)
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff and Justice of the Peace Court
Inverness
IV2 3EG
Country
United Kingdom