Section one: Contracting authority
one.1) Name and addresses
UNIVERSITY OF THE HIGHLANDS AND ISLANDS
12B Ness Walk
INVERNESS
IV35SQ
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 Research Collaboration Project to Investigate Highly Antimicrobial Inorganic Coasting for Infection Control
Reference number
UHI-LAB-24061
two.1.2) Main CPV code
- 71900000 - Laboratory services
two.1.3) Type of contract
Services
two.1.4) Short description
The University wishes to invite tenders to supply and work with the University in a Research Collaboration Project.
The subject of the Project is the evaluation of technologies for the production of adherent, hard, inorganic antimicrobial coatings. The Research Collaboration Project will be guided by a Research Collaboration Agreement. The Research Collaboration Agreement will be added to the University of the Highlands and Islands' Terms and Conditions of Contract as an Appendix. It should be noted that the detailed terms and conditions will be discussed and agreed following contract award.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 24310000 - Basic inorganic chemicals
- 38434540 - Biomedical equipment
- 44113330 - Coating materials
- 45442000 - Application work of protective coatings
- 71900000 - Laboratory services
- 73110000 - Research services
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 and work with the University in a Research Collaboration Project.
The subject of the Project is the evaluation of technologies for the production of adherent, hard, inorganic antimicrobial coatings. The Research Collaboration Project will be guided by a Research Collaboration Agreement. The Research Collaboration Agreement will be added to the University of the Highlands and Islands' Terms and Conditions of Contract as an Appendix. It should be noted that the detailed terms and conditions will be discussed and agreed following contract award.
The University does not have a standard Research Collaboration Agreement which can be shared. However, the University can advise the following in terms of the process for the drafting of the Research Collaboration Agreement:
- The University and the successful Bidder would agree Heads of Terms, which would lay out the future intentions between the University and the successful Bidder. This would not be legally binding.
- The Heads of Terms will include clauses relating to project scope and timescales, confidentiality, the governing law and dispute resolution and third-party rights. The proposed template to be elaborated by both parties is available on the UK Government website on https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/552682/Heads-of-Terms-for-Collaboration-Agreements.docx
- The Heads of Terms would form the basis of a legally binding Research Collaboration Agreement (RCA), which would be added to the UHI Terms and Conditions of Contract as an Appendix. In the event of a conflict of clause, the Research Collaboration Agreement would take precedence.
The RCA will likely include detail such as, but not limited to:
- Purpose of agreement
- Scope and duration
- Decision owners
- Types of resources
- Any risks
- Agreement on IP ownership - foreground and background
- Research publishing model
- Mode of working together
- Data exchange
- Visits
- Addition of new partners
- Termination
In terms of the coatings, these will be applied primarily, but not exclusively, to healthcare products such as surgical instruments and implants. The successful Bidder (the Contractor) will work with the University under the terms of an agreed Research Collaboration Agreement.
In terms of space and utilities, the apparatus will be placed in the Life Sciences Innovation Centre, in Inverness. This building is currently under construction with an estimated handover date of December 2022.
two.2.5) Award criteria
Quality criterion - Name: Process Capability / Weighting: 25%
Quality criterion - Name: Service Delivery / Weighting: 25%
Quality criterion - Name: Quality Management and Assurance / Weighting: 15%
Quality criterion - Name: Post-Project Support / Weighting: 5%
Quality criterion - Name: Fair Work Practices / Weighting: 5%
Price - Weighting: 25%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Research Collaboration Agreement: 2 x 12 month periods
Service and Maintenance Contract: 2 x 12 month periods
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
This requirement is part funded by the European Regional Development Fund, European Structural and Investment Funds 2014-2020 Programme Scotland.
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
Minimum level(s) of standards required:
Bidders must confirm they can provide the following supporting evidence prior to award:
- 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
Originally published as:
Date
19 December 2022
Local time
12:00pm
Changed to:
Date
6 January 2023
Local time
12:00pm
See the change notice.
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
19 December 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
This requirement is part funded by the European Regional Development Fund, European Structural and Investment Funds 2014-2020 Programme Scotland.
The reference number of the Prior Information Notice which was previously issued in respect of this requirement is: '2022/S 000-025875'.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22879. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:713860)
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff and Justice of the Peace Court
Inverness
IV2 3EG
Country
United Kingdom