Tender

X-Ray Powder Diffractometer

UNIVERSITY OF EDINBURGH

This public procurement record has 1 release in its history.

Tender

30 Mar 2021 at 13:48

Summary of the contracting process

The University of Edinburgh is currently conducting an open tender for the procurement of an X-Ray Powder Diffractometer, which includes the supply, installation, initial training, and technical services for the equipment. This procurement falls under the goods category, specifically within the diffraction apparatus industry. The submission deadline for bids is set for 3rd May 2021. The procurement process is active and taking place in Edinburgh, United Kingdom. Bidders are required to adhere to specific minimum requirements and provide detailed qualifications as outlined in the standards set forth by the buyer.

This tender presents significant opportunities for businesses specialising in scientific equipment, installation services, and technical training. Companies that meet the economic criteria, with a minimum yearly turnover of £650,000 and the necessary insurance coverage, will be well-suited to compete. Businesses with expertise in quality management, environmental compliance, and safety standards—particularly those familiar with the relevant UK regulations and international laws—should consider this procurement to expand their operations and secure a long-term contract with a reputable institution.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

X-Ray Powder Diffractometer

Notice Description

The UoE invites tenders for supply, installation, initial training and technical services in relation to an X-ray Powder diffractometer and associated variable temperature devices to cover the ranges, 12K -293K and 293K-1773K.

Lot Information

Lot 1

Open tender for an X-Ray Powder Diffractometer

Renewal: Duration of contract is 12 months with the option to extend for a further 48 months to cover extended warranty/service package if funds available

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02a0fe
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/006541-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)


CPV Codes

38530000 - Diffraction apparatus

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Mar 20214 years ago
Submission Deadline
3 May 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF EDINBURGH
Contact Name
John Kenmure
Contact Email
j.kenmure@ed.ac.uk
Contact Phone
+44 1316504776

Buyer Location

Locality
EDINBURGH
Postcode
EH1 1HT
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM75 City of Edinburgh

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02a0fe-2021-03-30T14:48:02+01:00",
    "date": "2021-03-30T14:48:02+01:00",
    "ocid": "ocds-h6vhtk-02a0fe",
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project Code is 18287 This procurement includes additional procurement-specific minimum requirements which are detailed in section 1.83 of the Qualification Envelope in PCS-T. Note: Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the SPD Supplier Response Forms attached to the SPD question 2A.17.4 and 2C.1.1 on PCS-T. These parties complete the first three sections of the SPD form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. The University reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria. Note: Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (as indicated in SPD section 3D). Without prejudice to any additional relevant duties, suppliers should note that this includes obligations under: -The Modern Slavery Act 2015(available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted) - The ILO conventions and other measures listed in Annex X of Directive 2014/24/EU(available at https://eur-lex.europa.eu/legal-content/EN/TXT/HTML/? uri=CELEX:32014L0024&from=EN) -The Equality Act 2010 (available at https://www.legislation.gov.uk/ukpga/2010/15/contents) -The Employment Relations Act 1999 (Blacklists) Regulations 2010(http://www.legislation.gov.uk/uksi/2010/493/contents/made) -this is grounds for mandatory exclusion or termination at any procurement or contract stage. At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18287. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18287. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:648956)",
    "initiationType": "tender",
    "tender": {
        "id": "EC0938",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "X-Ray Powder Diffractometer",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "38530000",
            "description": "Diffraction apparatus"
        },
        "mainProcurementCategory": "goods",
        "description": "The UoE invites tenders for supply, installation, initial training and technical services in relation to an X-ray Powder diffractometer and associated variable temperature devices to cover the ranges, 12K -293K and 293K-1773K.",
        "lots": [
            {
                "id": "1",
                "description": "Open tender for an X-Ray Powder Diffractometer",
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Duration of contract is 12 months with the option to extend for a further 48 months to cover extended warranty/service package if funds available"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Staff must be appropriately qualified to install and commission the instrument.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "The successful tenderer will be required to provide 3 years audited accounts, or equivalent, prior to being awarded the Contract, or confirm in their submission the publicly accessible, free, online location of accounts 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.",
                    "minimum": "ESPD 4B.1.1 Statement Bidders will be required to have a minimum \"general\" yearly turnover of GBP 650,000 for the last 3 years. ESPD 4B.3 Statement 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. ESPD 4B.5.1 and 4B.5.2 Statements 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. Public Liability Insurance = 2,000,000 GBP Employer's (Compulsory) Liability Insurance = 5,000,000 GBP Product Liability Insurance = 1,000,000 GBP Please note that these levels are 'for each and every claim' and there will be no limit of liability accepted. Bidders must also confirm they can provide supporting evidence at point of award.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "List and brief description of selection criteria: SPD 4C.2 Statement Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. SPD 4C.10 Statement Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "minimum": "SPD Statement 4D.1: The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) the bidder must have the following: A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. SPD 4D.2 Statement: Suppliers should have an up to date environmental policy which highlights how it relates to the reduction of energy consumption and environmental good practice systems, including ISO 14001, or EMAS, (or equivalent) which form part of your business practice. Technical Minimum standards relating to the service requirements are included in section 1.83 of the Qualification envelope on PCS-Tender. Safety Standards - Equipment Tenderers must ensure compliance with all relevant UK statutes and regulations. - Compliance with all relevant European norms concerning the safety and installation of the equipment is required. - Equipment Tenderers must report any special instructions or requirements to ensure that the equipment will be safe and not put health at risk. This is without prejudice to any responsibility under the Health and Safety at Work Act. - The equipment (or ancillaries) must be capable of passing the Electricity at Work Regulation latest editions with regard to portable electrical appliance testing, where applicable. If there are special requirements for testing, the Tenderer should provide detailed electrical certification detailing these exceptions at the time of purchase. - Provision and Use of Work Equipment Regulations latest editions Electrical Supply - All equipment must comply with current UK regulation.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-05-03T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2021-05-03T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-05-03T12:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-10232",
            "name": "University of Edinburgh",
            "identifier": {
                "legalName": "University of Edinburgh"
            },
            "address": {
                "streetAddress": "Charles Stewart House",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH1 1HT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "John Kenmure",
                "telephone": "+44 1316504776",
                "email": "j.kenmure@ed.ac.uk",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.ed.ac.uk/schools-departments/procurement/supplying",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-10651",
            "name": "Edinburgh Sheriff Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-10232",
        "name": "University of Edinburgh"
    },
    "language": "en"
}