Tender

Provision of Research Collaboration Project to Investigate Highly Antimicrobial Inorganic Coasting for Infection Control

  • UNIVERSITY OF THE HIGHLANDS AND ISLANDS

F02: Contract notice

Notice identifier: 2022/S 000-032937

Procurement identifier (OCID): ocds-h6vhtk-0386ea

Published 21 November 2022, 12:12pm



The closing date and time has been changed to:

6 January 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

UNIVERSITY OF THE HIGHLANDS AND ISLANDS

12B Ness Walk

INVERNESS

IV35SQ

Email

procurement@uhi.ac.uk

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

http://www.uhi.ac.uk

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