web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Edinburgh: Dilution Refrigerator

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2021/S 252-672006/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Heriot-Watt University
Postal address: Moyen House, Research Park North, Heriot-Watt University
Town: Riccarton, Edinburgh
Postal code: EH14 4AP
Country: United Kingdom
Contact Person: Richard Kinghorn
Telephone: +44 1314513704
Email: R.G.Kinghorn@hw.ac.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Dilution Refrigerator

Reference number: HWU-UK-2122-045
II.1.2) Main CPV code: 38000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The University is seeking a Contractor to supply, deliver and install a Dilution Refrigerator on behalf of the School of Engineering and Physical Sciences

II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UKM75
Main site or place of performance:Heriot-Watt UniversityRiccarton CampusEdinburghEH14 4AS
II.2.4) Description of the procurement:
The University is seeking a Contractor to supply, deliver and install a Dilution Refrigerator on behalf of the School of Engineering and Physical Sciences
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:yes
Identification of the project:EPSRC strategic equipment grant
II.2.14) 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 2015

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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 the amount listed below, for the last 2 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/started trading.
The Successful Contractor will be required to provide two years audited accounts, or equivalent prior to awarded to the Contract, or confirm in their tender submission the publicly accessible, free, online location of accounts if available in such a format. There must be no qualification or contra-indication from any evidence provided in support of the Contractor’s economic and financial standing.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any contract, the types and levels of insurance listed below.
Bidders also must confirm they can provide the following supporting evidence at point of award.
Minimum level(s) of standards possibly required: Turnover Requirements
Bidders will be required to have a minimum “general” yearly turnover of 500,000 GBP for the last 2 years.
Insurance Requirements
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any contract, the following types and levels of insurance:
Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP
Product Liability Insurance = 5,000,000 GBP
Public Liability Insurance = 5,000,000 GBP

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2022-01-25 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2022-01-25 Local time: 12:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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 2015.
Tenderers will be asked to submit the following forms. These forms are for information only and will not be scored:
Form of Tender
Bona Fide Tender
Freedom of Information
Supply Chain Code of Conduct
The Successful Tenderer must confirm that they comply with the requirements of the Modern Slavery Act 2015.
The Successful Tenderer will be required to provide two years audited accounts, or equivalent prior to awarded to the Contract, or confirm
in their tender submission the publicly accessible, free, online location of accounts if available in such a format. There must be no
qualification or contra-indication from any evidence provided in support of the Contractor’s economic and financial standing.
Where the capability & capacity of a subcontractor, members of a consortia or any other body will be relied on, separate SPD(s) are
required from each of those other parties relied on.
Where subcontractors are to be used but their capability & capacity are not relied on, the University may choose to request separate SPD(s).
The buyer is using PCS-Tender to conduct this ITT exercise.
The Project code is 20394.
The ITT code is 42582.
For more information see:

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20394. For more information see:
(SC Ref:678250)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Edinburgh Sheriff Court and Justice of the Peace Court
Town: Edinburgh
Country: United Kingdom
VI.5) Date of dispatch of this notice:2021-12-23