Notice Information
Notice Title
EC0715 CBS Equipment Lot 1: Hotel and Welfare Processing solutions.
Notice Description
The University invited bids for supply, installation and support of IVC cages, cage racks, air handling units, trolleys, transport racks, change stations and related equipment for the Institute for Regeneration & Repair and other projects. This tender was conducted via Public Contracts Scotland - Tender portal, project_10652 and project_12391 using the Open Procedure. Bidders self-certified compliance with the conditions of participation via the ESPD (Scotland) in PCS-T. This tender is not lotted, but is part of a family of related frameworks (Lots), for congruent capital equipment viz.: Lot 1: Cages & Change Stations; 2: Cage & Rack Washers; 3: Sterilisers; 4: Fumigation Systems; 5: Containment Solutions - Downdraft Surgical Tables; 6: Barrier Maintenance Solutions and 7: Bedding Systems. OJEU References 2018/S 151-346688, 2018/S 019-038854, 2017/S 242-502531, 2018/S 152-348555, 2018/S 157-359707, 2018/S 125-284428 and 2018/S 013-025128 refer.
Lot Information
Lot 1
Lot 1: Hotel and Welfare Processing Solutions. This forms part of a family of congruent capital equipment Lots with an overall aggregate value of ca. 33 000 000.00 GBP. Other Lots have been issued under separate Contract Notices. The overall CBS equipment procurement comprises: Lot 1: Hotel and Welfare Processing Solutions (IVC systems, etc., - this procurement. Lot 2: Washing/Disinfection Solutions (cage / rack / cabinet washers). Lot 3: Steam Sterilisers (with H2O2). Lot 4: Fumigation systems (stand alone fumigation chambers and generators). Lot 5: Containment (downdraft (surgical) tables). Lot 6: Barrier Maintenance (air showers). Lot 7: Clean and dirty bedding handling systems with dirty cage robotics. Lot 8: Watering Solutions (automated watering systems, pouch watering systems).. 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. Contract value includes revenue (maintenance) cost estimates.
Options: This framework agreement will provide a procurement vehicle for equipping the University's new Institute for Regeneration and Repair as a vanguard project. It will also support other capital infrastructure projects at various sites across Edinburgh and the Lothians, as well as encompassing other ad hoc equipment requirements of a congruent nature which arise during the contract term. Options will be identified in each Lot as they are published.
Renewal: Two additional contract term extensions each of two years are allowed for, at the University's sole discretion.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000538987
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR351849
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
38 - Laboratory, optical and precision equipments (excl. glasses)
50 - Repair and maintenance services
51 - Installation services (except software)
-
- CPV Codes
33190000 - Miscellaneous medical devices and products
38434540 - Biomedical equipment
50400000 - Repair and maintenance services of medical and precision equipment
51430000 - Installation services of laboratory equipment
Notice Value(s)
- Tender Value
- £13,253,202 £10M-£100M
- Lots Value
- £13,253,202 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 17 Apr 20196 years ago
- Submission Deadline
- 14 Sep 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 17 Apr 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- Caroline Brown, Fred Davidson, Tony Newjem, Senior Supply Chain Manager
- Contact Email
- c.m.brown@ed.ac.uk, fred.davidson@ed.ac.uk, tony.newjem@ed.ac.uk
- Contact Phone
- +44 1316502508, +44 1316509136, +44 1316509643
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG327452
EC0715 CBS Equipment Lot 1: Hotel and Welfare Processing solutions. - The University invites bids for supply, installation and support of bottles, individually ventilated cages, cage racks, trolleys, transport racks, change stations and related kit for the Institute for Regeneration & Repair and other projects. This tender will be conducted via Public Contracts Scotland - Tender portal (PCS-T), Project 10652, using a 1-stage Open Procedure. Bidders must self-certify adherence to the conditions of participation via the ESPD (Scotland) in PCS-T, and may be required to submit means of proof before contract award. Bidders must refer to the requirements listed in Section III of this Notice when completing the ESPD in PCS-T. This tender is not lotted, but is part of a family of related capital equipment Lots. Lots 2 (Cage Washers), 3 (Sterilisers), 6 (Air Showers) and 7 (Bedding Systems) are already published; OJEU Notices 2017/S 242-502531, 2018/S 013-025128, 2018/S 125-284428 and 2018/S 019-038854 refer. Other Lots will follow by separate Contract Notices. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR351849
EC0715 CBS Equipment Lot 1: Hotel and Welfare Processing solutions. - The University invited bids for supply, installation and support of IVC cages, cage racks, air handling units, trolleys, transport racks, change stations and related equipment for the Institute for Regeneration & Repair and other projects. This tender was conducted via Public Contracts Scotland - Tender portal, project_10652 and project_12391 using the Open Procedure. Bidders self-certified compliance with the conditions of participation via the ESPD (Scotland) in PCS-T. This tender is not lotted, but is part of a family of related frameworks (Lots), for congruent capital equipment viz.: Lot 1: Cages & Change Stations; 2: Cage & Rack Washers; 3: Sterilisers; 4: Fumigation Systems; 5: Containment Solutions - Downdraft Surgical Tables; 6: Barrier Maintenance Solutions and 7: Bedding Systems. OJEU References 2018/S 151-346688, 2018/S 019-038854, 2017/S 242-502531, 2018/S 152-348555, 2018/S 157-359707, 2018/S 125-284428 and 2018/S 013-025128 refer.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000538987-2019-04-17T00:00:00Z",
"date": "2019-04-17T00:00:00Z",
"ocid": "ocds-r6ebe6-0000538987",
"initiationType": "tender",
"parties": [
{
"id": "org-31",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"name": "Caroline Brown",
"email": "c.m.brown@ed.ac.uk",
"telephone": "+44 1316509643",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
},
{
"id": "org-7",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"name": "Tony Newjem, Senior Supply Chain Manager",
"email": "Tony.Newjem@ed.ac.uk",
"telephone": "+44 1316509136",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
},
{
"id": "org-102",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"name": "Fred Davidson",
"email": "fred.davidson@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
},
{
"id": "org-129",
"name": "Allentown Europe Ltd.",
"identifier": {
"legalName": "Allentown Europe Ltd."
},
"address": {
"streetAddress": "Unit 3 Nimrod Way Industrial Estate",
"locality": "READING",
"region": "UKJ11",
"postalCode": "RG2 0EB"
},
"contactPoint": {
"telephone": "+44 8450450243"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://www.allentowninc.com"
}
},
{
"id": "org-130",
"name": "Tecniplast UK Limited",
"identifier": {
"legalName": "Tecniplast UK Limited"
},
"address": {
"streetAddress": "BCM Box 3058",
"locality": "LONDON",
"region": "UKI",
"postalCode": "WC1N 3XX"
},
"contactPoint": {
"telephone": "+44 8450504556"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://WWW.TECNIPLASTUK.COM"
}
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-102"
},
"tender": {
"id": "EC0715",
"title": "EC0715 CBS Equipment Lot 1: Hotel and Welfare Processing solutions.",
"description": "The University invited bids for supply, installation and support of IVC cages, cage racks, air handling units, trolleys, transport racks, change stations and related equipment for the Institute for Regeneration & Repair and other projects. This tender was conducted via Public Contracts Scotland - Tender portal, project_10652 and project_12391 using the Open Procedure. Bidders self-certified compliance with the conditions of participation via the ESPD (Scotland) in PCS-T. This tender is not lotted, but is part of a family of related frameworks (Lots), for congruent capital equipment viz.: Lot 1: Cages & Change Stations; 2: Cage & Rack Washers; 3: Sterilisers; 4: Fumigation Systems; 5: Containment Solutions - Downdraft Surgical Tables; 6: Barrier Maintenance Solutions and 7: Bedding Systems. OJEU References 2018/S 151-346688, 2018/S 019-038854, 2017/S 242-502531, 2018/S 152-348555, 2018/S 157-359707, 2018/S 125-284428 and 2018/S 013-025128 refer.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "51430000",
"scheme": "CPV"
},
{
"id": "33190000",
"scheme": "CPV"
},
{
"id": "50400000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "University of Edinburgh Institute for Regeneration and Repair at the Edinburgh BioQuarter site, EH16 4UU plus other locations across Edinburgh and the Lothians."
},
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 13253202,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2018-09-14T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-09-17T09:30:00Z"
},
"documents": [
{
"id": "AUG327452",
"documentType": "contractNotice",
"title": "EC0715 CBS Equipment Lot 1: Hotel and Welfare Processing solutions.",
"description": "The University invites bids for supply, installation and support of bottles, individually ventilated cages, cage racks, trolleys, transport racks, change stations and related kit for the Institute for Regeneration & Repair and other projects. This tender will be conducted via Public Contracts Scotland - Tender portal (PCS-T), Project 10652, using a 1-stage Open Procedure. Bidders must self-certify adherence to the conditions of participation via the ESPD (Scotland) in PCS-T, and may be required to submit means of proof before contract award. Bidders must refer to the requirements listed in Section III of this Notice when completing the ESPD in PCS-T. This tender is not lotted, but is part of a family of related capital equipment Lots. Lots 2 (Cage Washers), 3 (Sterilisers), 6 (Air Showers) and 7 (Bedding Systems) are already published; OJEU Notices 2017/S 242-502531, 2018/S 013-025128, 2018/S 125-284428 and 2018/S 019-038854 refer. Other Lots will follow by separate Contract Notices.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG327452",
"format": "text/html"
},
{
"id": "APR351849",
"documentType": "awardNotice",
"title": "EC0715 CBS Equipment Lot 1: Hotel and Welfare Processing solutions.",
"description": "The University invited bids for supply, installation and support of IVC cages, cage racks, air handling units, trolleys, transport racks, change stations and related equipment for the Institute for Regeneration & Repair and other projects. This tender was conducted via Public Contracts Scotland - Tender portal, project_10652 and project_12391 using the Open Procedure. Bidders self-certified compliance with the conditions of participation via the ESPD (Scotland) in PCS-T. This tender is not lotted, but is part of a family of related frameworks (Lots), for congruent capital equipment viz.: Lot 1: Cages & Change Stations; 2: Cage & Rack Washers; 3: Sterilisers; 4: Fumigation Systems; 5: Containment Solutions - Downdraft Surgical Tables; 6: Barrier Maintenance Solutions and 7: Bedding Systems. OJEU References 2018/S 151-346688, 2018/S 019-038854, 2017/S 242-502531, 2018/S 152-348555, 2018/S 157-359707, 2018/S 125-284428 and 2018/S 013-025128 refer.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR351849",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Lot 1: Hotel and Welfare Processing Solutions. This forms part of a family of congruent capital equipment Lots with an overall aggregate value of ca. 33 000 000.00 GBP. Other Lots have been issued under separate Contract Notices. The overall CBS equipment procurement comprises: Lot 1: Hotel and Welfare Processing Solutions (IVC systems, etc., - this procurement. Lot 2: Washing/Disinfection Solutions (cage / rack / cabinet washers). Lot 3: Steam Sterilisers (with H2O2). Lot 4: Fumigation systems (stand alone fumigation chambers and generators). Lot 5: Containment (downdraft (surgical) tables). Lot 6: Barrier Maintenance (air showers). Lot 7: Clean and dirty bedding handling systems with dirty cage robotics. Lot 8: Watering Solutions (automated watering systems, pouch watering systems).. 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. Contract value includes revenue (maintenance) cost estimates.",
"status": "complete",
"value": {
"amount": 13253202,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "80"
},
{
"type": "cost",
"name": "Whole life cost",
"description": "20"
}
]
},
"options": {
"description": "This framework agreement will provide a procurement vehicle for equipping the University's new Institute for Regeneration and Repair as a vanguard project. It will also support other capital infrastructure projects at various sites across Edinburgh and the Lothians, as well as encompassing other ad hoc equipment requirements of a congruent nature which arise during the contract term. Options will be identified in each Lot as they are published."
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Two additional contract term extensions each of two years are allowed for, at the University's sole discretion."
}
}
],
"bidOpening": {
"date": "2018-09-17T09:30:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "1. Once the framework has been awarded, the Main (Construction) Contractor for each project may be asked to place orders and sign formal Contracts for the supply, installation and commissioning of the Equipment on behalf of the University. If this is the case, the Main Contractor and The Tenderer shall agree sub-contractor terms based on JCT or NEC Traditional Build sub-contractor terms. (Balfour Beatty is the Main Contractor for the Institute of Regeneration and Repair, and their sub-contractor terms appear as a Schedule to the Invitation to Tender Document.) 2. The Tenderer may be required to provide a Collateral Warranty to the University. 3. Certain parts of the Contract may need to be delivered directly to the University, e.g. warranty and training. 4. Ownership and title transfers to the University at Practical Completion. This may vary between projects over the life of the Framework Agreement, although it is envisaged that the larger projects shall have this structure."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Not applicable to this procurement exercise."
},
{
"type": "economic",
"description": "ESPD 4B.1.1 Statement Bidders will be required to have a minimum \"general\" yearly turnover of 5 000 000.00 GBP for the last two years preceding the date of this Contract Notice. ESPD 4B.2.1 Statement Bidders will be required to have a minimum yearly turnover of 3 000 000.00 GBP in the business area covered by the contract (Biomedical Research Equipment) for each of the last two years preceding the date of this Contract Notice. ESPD 4B.3 Statement Where turnover information is not available for the time period requested, the bidder will be required to state the date that they were set up/started trading. ESPD 4B.4 Statement Bidders will be required to state the values for the following financial ratios: Current Ratio, defined as Current Assets divided by Current Liabilities; and Acid Test Ratio defined as (Current Assets - Stock) divided by Current Liabilities. The acceptable range for each financial ratio is: Current Ratio should be equal to or exceed 1.0. Acid Test Ratio should be equal to or exceed 0.50. 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: Employer's (Compulsory) Liability Insurance = a minimum of 5,000,000 GBP per event Public Liability Insurance = a minimum of 2,000,000 GBP per single event Professional Indemnity Insurance = a minimum of 1,000,000 GBP per single event Product Liability Insurance = any one incident a minimum of 2,000,000 GBP. http://www.hse.gov.uk/pubns/hse40.pdf ESPD 4B.6 Statement Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations, and have available their two most recent sets of annual audited accounts including profit and loss information."
},
{
"type": "technical",
"description": "ESPD 4C.1.2 Statement Bidders will be required to provide 3 examples from the previous 5 years that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 (Lot 1) of the OJEU Contract Notice. These examples must be of comparable value and complexity to the current requirement. Responses should be clearly labelled and provided in a single document attached to the response box in PCS-T. Responses should contain the following information for each example: Project Value Dates Client contact information Description of Project Client testimonials if available Note: if you are unable to provide examples please explain why. ESPD 4C.2.1 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. ESPD 4C.3 Statement Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice. ESPD 4C.4 Statement Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice. ESPD 4C.5 Statement Bidders will be required to confirm that they will allow checks to be conducted on their production and technical capacities and where necessary on the means of study and research facilities available to it and on the quality measures employed. ESPD 4C.8.1 Statement Bidders will be required to confirm their average annual manpower for the last three years. ESPD 4C.8.2 Statement Bidders will be required to confirm the number of managerial staff for the last three years. ESPD 4C.9 Statement Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice. ESPD 4C.10 Statement Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. ESPD 4C.11 Statement Bidders must confirm that they will provide samples, descriptions and/or photographs of the products to be supplied which do not require a certificate of authenticity ESPD 4C.11.1 Statement The bidder must confirm that they will provide certificates of authenticity where required.",
"minimum": "ESPD 4D.1 1st statement Quality Management The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR ESPD 4D.1 2nd statement Quality Management The bidder must have the following: a) 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. b) Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance. c) A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance. The bidder must be able to provide copies of their organisation's documentation procedures that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder's organisation. They must set out how the bidder's organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce. d) Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records. e) Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis. The bidder's organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance f) Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. g) A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2019-09-13T00:00:00Z"
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3,
"periodRationale": "The agreement has an intended maximum term of 8 years, including options. This is justified by the subject matter of the framework agreement, which is to equip a series of interlinked research projects spanning at least 8 years, which require a high degree of compatibility, interoperability and commonality of equipment, including associated spare parts holdings and maintenance support contracts."
}
},
"classification": {
"id": "38434540",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-22",
"description": "Request for additional time for a complex tender.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2018-09-14T12:00:00Z"
},
"newValue": {
"date": "2018-09-19T17:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2019-09-13T00:00:00Z"
},
"newValue": {
"date": "2019-09-18T00:00:00Z"
},
"where": {
"section": "IV.2.6",
"label": "Minimum time frame during which the tenderer must maintain the tender"
}
},
{
"oldValue": {
"date": "2018-09-17T09:30:00Z"
},
"newValue": {
"date": "2018-09-20T09:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
}
]
},
"language": "EN",
"description": "This ranked framework agreement is for the supply, installation and maintenance of biomedical research equipment for the Institute for Regeneration and Repair, due to complete in 2019, and other capital projects in and around Edinburgh and the Lothians as detailed in the Invitation to Tender. It will also be used for other ad hoc equipment requirements that might arise during the term of the framework. It was tendered via Public Contracts Scotland - Tender website as a Pathfinder procurement, project_10652 and project_12391. Other Lots of congruent equipment were tendered via PCS-T as separate Projects under the EC0715 frameworks umbrella. Candidates were required to submit completed Non-Disclosure Agreements before site plans were released via PCS-T. Exclusion statement: 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 (ESPD section 3D refers). Without prejudice to other relevant duties, suppliers should note this includes obligations for certain organisations under: -the Modern Slavery Act 2015 -the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU -the Equality Act 2010 -the Employment Relations Act 1999 (Blacklists) Regulations 2010 - this is grounds for mandatory exclusion or termination at any procurement or contract stage. At any stage, bidders and/or 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. (SC Ref:580605)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000538987"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000538987"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000538987"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "EC0715 Lot 1",
"suppliers": [
{
"id": "org-129",
"name": "Allentown Europe Ltd."
},
{
"id": "org-130",
"name": "Tecniplast UK Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "EC0715 Lot 1",
"awardID": "EC0715 Lot 1",
"status": "active",
"dateSigned": "2019-04-17T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 151-346688"
}
],
"bids": {
"statistics": [
{
"id": "281",
"measure": "lowestValidBidValue",
"value": 709640.26
},
{
"id": "282",
"measure": "highestValidBidValue",
"value": 1020647.77
},
{
"id": "283",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "284",
"measure": "smeBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "285",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "286",
"measure": "lowestValidBidValue",
"value": 709640.26,
"relatedLot": "1"
},
{
"id": "287",
"measure": "highestValidBidValue",
"value": 1020647.77,
"relatedLot": "1"
}
]
}
}