Award

EC0715 CBS Equipment Lot 4: Fumigation Systems (VHP Chambers, VHP Generators, Pass-throughs)

UNIVERSITY OF EDINBURGH

This public procurement record has 4 releases in its history.

Award

25 Mar 2019 at 00:00

TenderUpdate

25 Sep 2018 at 00:00

TenderUpdate

17 Sep 2018 at 00:00

Tender

07 Aug 2018 at 00:00

Summary of the contracting process

The University of Edinburgh is conducting a procurement process titled "EC0715 CBS Equipment Lot 4: Fumigation Systems (VHP Chambers, VHP Generators, Pass-throughs)" for biomedical research equipment to support the Institute for Regeneration and Repair, located at Edinburgh BioQuarter, EH16 4UU. The procurement is currently in the Award stage and was completed on 21st March 2019. The tender was executed via an open procedure on the Public Contracts Scotland tender portal, with significant focus on quality, given its critical role in maintaining health and safety in biomedical research environments.

This contract presents substantial opportunities for suppliers specialising in biomedical equipment and systems, particularly those able to provide fumigation systems and support services. Small to medium-sized enterprises (SMEs) and established companies in the medical research sector would be well-positioned to compete, especially those with a proven track record in delivering high-quality, compliant products and meeting the rigorous health and safety standards required in this field. The framework agreement established through this procurement may lead to further business as it opens up supply options for future capital projects across various sites in Edinburgh and the Lothians.

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

EC0715 CBS Equipment Lot 4: Fumigation Systems (VHP Chambers, VHP Generators, Pass-throughs)

Notice Description

This contract is for the supply, installation and support of Fumigation Systems (Decontamination Chambers, VHP Generators and Pass-through Hatches) for the Institute for Regeneration and Repair and other Projects. This tender was conducted via Public Contracts Scotland - Tender portal (PCS-T), project_11083, using a 1-stage Open Procedure. Bidders self-certified adherence to the conditions of participation via the ESPD (Scotland) in PSC-T. This contract is not lotted, but is part of a family of capital equipment Lots. Lots 1 (Hotel & Welfare Solutions); 2 (Cage and Rack Washers); 3 (Sterilisers); 5 (Containment Solutions - Downdraft Surgical Tables); 6 (Air Showers) and 7 (Bedding Systems) have been published, OJEU References 2018/S 151-346688, 2018/S 019-038854, 2017/S 242-502531, 2018/S 157-359707, 2018/S 125-284428 and 2018/S 013-025128.

Lot Information

Lot 1

Lot 4 - Fumigation systems (VHP decontamination chambers, VHP Generators, Pass-through chambers). These form part of a family of congruent capital equipment Lots with an overall aggregate value of ca. 33 090 789.00 GBP. The overall CBS equipment procurement comprises: Lot 1: Hotel and Welfare Processing Solutions (bottles, cages, IVC systems, IVC cage racks, IVC transport trolleys, change stations) - already published. Lot 2: Washing/Disinfection Solutions (cage / rack / cabinet washers) - already published. Lot 3: Steam Sterilisers (with H2O2) (steriliser with a range of volumes, configurations and facilities) - already published. Lot 4: Fumigation systems (e.g. VHP chambers, integral and stand alone VHP generators, pass-through hatches and chambers. Lot 5: Containment (downdraft (surgical) tables. Lot 6: Barrier Maintenance (air shower) - already published). Lot 7: Clean and dirty bedding handling systems (with dirty cage robotics) (cage filling station, cage emptying, cage empting robotics, localised laminar flow) - already published.. 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 values include revenue (i.e. extended warranty; utilities costs) 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 further competition or call-off from the framework.

Renewal: Two additional contract term extensions each of two years are allowed for, at the University's sole discretion.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000544930
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR349592
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

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

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

42 - Industrial machinery

51 - Installation services (except software)


CPV Codes

38000000 - Laboratory, optical and precision equipments (excl. glasses)

38434540 - Biomedical equipment

39330000 - Disinfection equipment

42924720 - Decontamination equipment

51430000 - Installation services of laboratory equipment

Notice Value(s)

Tender Value
£1,600,000 £1M-£10M
Lots Value
£1,600,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 Mar 20196 years ago
Submission Deadline
21 Sep 2018Expired
Future Notice Date
Not specified
Award Date
21 Mar 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

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF EDINBURGH
Contact Name
Caroline Brown, Maria Dick, Tony Newjem, Senior Supply Chain Manager
Contact Email
c.m.brown@ed.ac.uk, maria.dick@ed.ac.uk, tony.newjem@ed.ac.uk
Contact Phone
+44 1316509136, +44 1316509643, +44 1316517135

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

Supplier Information

Number of Suppliers
3
Supplier Names

ORTNER REINRAUMTECHNIK

PEA PHARMA- UND ELEKTROTECHNIK-ANLAGENBAU

TECNIPLAST

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG327591
    EC0715 CBS Equipment Lot 4: Fumigation Systems (VHP Chambers, VHP Generators, Pass-throughs) - The University invites bids for supply, installation and support of decontamination systems (VHP Chambers & Generators and pass-throughs) for the Institute for Regeneration and Repair and other Projects. This tender will be conducted via Public Contracts Scotland - Tender portal (PCS-T), project_11083, using a 1-stage Open Procedure. Bidders must self-certify adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award (specific requirements are listed in Section III of this OJEU Contract Notice). This contract is not lotted, but is part of a family of capital equipment Lots. Lots 1 (Hotel & Welfare Solutions); 2 (Cage and Rack Washers); 3 (Sterilisers); 6 (Air Showers) and 7 (Bedding Systems) have been published, OJEU References 18-356470-001, 2018/S 019-038854, 2017/S 242-502531, 2018/S 125-284428 and 2018/S 013-025128. Subsequent Lots will be issued by separate Contract Notices.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR349592
    EC0715 CBS Equipment Lot 4: Fumigation Systems (VHP Chambers, VHP Generators, Pass-throughs) - This contract is for the supply, installation and support of Fumigation Systems (Decontamination Chambers, VHP Generators and Pass-through Hatches) for the Institute for Regeneration and Repair and other Projects. This tender was conducted via Public Contracts Scotland - Tender portal (PCS-T), project_11083, using a 1-stage Open Procedure. Bidders self-certified adherence to the conditions of participation via the ESPD (Scotland) in PSC-T. This contract is not lotted, but is part of a family of capital equipment Lots. Lots 1 (Hotel & Welfare Solutions); 2 (Cage and Rack Washers); 3 (Sterilisers); 5 (Containment Solutions - Downdraft Surgical Tables); 6 (Air Showers) and 7 (Bedding Systems) have been published, OJEU References 2018/S 151-346688, 2018/S 019-038854, 2017/S 242-502531, 2018/S 157-359707, 2018/S 125-284428 and 2018/S 013-025128.

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-r6ebe6-0000544930-2019-03-25T00:00:00Z",
    "date": "2019-03-25T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000544930",
    "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-103",
            "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": "Maria Dick",
                "email": "maria.dick@ed.ac.uk",
                "telephone": "+44 1316517135",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Medical Research",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
            }
        },
        {
            "id": "org-119",
            "name": "Tecniplast UK Ltd",
            "identifier": {
                "legalName": "Tecniplast UK Ltd"
            },
            "address": {
                "streetAddress": "BCM Box 3058",
                "locality": "London",
                "region": "UK",
                "postalCode": "WC1N 3XX"
            },
            "contactPoint": {
                "telephone": "+44 8450504556"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-120",
            "name": "Ortner Reinraumtechnik GmbH",
            "identifier": {
                "legalName": "Ortner Reinraumtechnik GmbH"
            },
            "address": {
                "streetAddress": "Uferweg 7",
                "locality": "Villach",
                "region": "AT211",
                "postalCode": "9500"
            },
            "contactPoint": {
                "telephone": "+45 23100755"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-121",
            "name": "PEA Pharma- und Elektrotechnik-Anlagenbau GmbH",
            "identifier": {
                "legalName": "PEA Pharma- und Elektrotechnik-Anlagenbau GmbH"
            },
            "address": {
                "streetAddress": "Im Haslich 12",
                "locality": "Calw",
                "region": "DE12A",
                "postalCode": "75365"
            },
            "contactPoint": {
                "telephone": "+49 7051966814"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "University Of Edinburgh",
        "id": "org-103"
    },
    "tender": {
        "id": "EC0715",
        "title": "EC0715 CBS Equipment Lot 4: Fumigation Systems (VHP Chambers, VHP Generators, Pass-throughs)",
        "description": "This contract is for the supply, installation and support of Fumigation Systems (Decontamination Chambers, VHP Generators and Pass-through Hatches) for the Institute for Regeneration and Repair and other Projects. This tender was conducted via Public Contracts Scotland - Tender portal (PCS-T), project_11083, using a 1-stage Open Procedure. Bidders self-certified adherence to the conditions of participation via the ESPD (Scotland) in PSC-T. This contract is not lotted, but is part of a family of capital equipment Lots. Lots 1 (Hotel & Welfare Solutions); 2 (Cage and Rack Washers); 3 (Sterilisers); 5 (Containment Solutions - Downdraft Surgical Tables); 6 (Air Showers) and 7 (Bedding Systems) have been published, OJEU References 2018/S 151-346688, 2018/S 019-038854, 2017/S 242-502531, 2018/S 157-359707, 2018/S 125-284428 and 2018/S 013-025128.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "39330000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "38000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "51430000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "38434540",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "University of Edinburgh Institute for Regeneration and Repair at the Edinburgh BioQuarter site, EH16 4UU, plus other sites across Edinburgh and the Lothians."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1600000,
            "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": "2018-09-21T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-09-21T13:00:00Z"
        },
        "documents": [
            {
                "id": "AUG327591",
                "documentType": "contractNotice",
                "title": "EC0715 CBS Equipment Lot 4: Fumigation Systems (VHP Chambers, VHP Generators, Pass-throughs)",
                "description": "The University invites bids for supply, installation and support of decontamination systems (VHP Chambers & Generators and pass-throughs) for the Institute for Regeneration and Repair and other Projects. This tender will be conducted via Public Contracts Scotland - Tender portal (PCS-T), project_11083, using a 1-stage Open Procedure. Bidders must self-certify adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award (specific requirements are listed in Section III of this OJEU Contract Notice). This contract is not lotted, but is part of a family of capital equipment Lots. Lots 1 (Hotel & Welfare Solutions); 2 (Cage and Rack Washers); 3 (Sterilisers); 6 (Air Showers) and 7 (Bedding Systems) have been published, OJEU References 18-356470-001, 2018/S 019-038854, 2017/S 242-502531, 2018/S 125-284428 and 2018/S 013-025128. Subsequent Lots will be issued by separate Contract Notices.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG327591",
                "format": "text/html"
            },
            {
                "id": "MAR349592",
                "documentType": "awardNotice",
                "title": "EC0715 CBS Equipment Lot 4: Fumigation Systems (VHP Chambers, VHP Generators, Pass-throughs)",
                "description": "This contract is for the supply, installation and support of Fumigation Systems (Decontamination Chambers, VHP Generators and Pass-through Hatches) for the Institute for Regeneration and Repair and other Projects. This tender was conducted via Public Contracts Scotland - Tender portal (PCS-T), project_11083, using a 1-stage Open Procedure. Bidders self-certified adherence to the conditions of participation via the ESPD (Scotland) in PSC-T. This contract is not lotted, but is part of a family of capital equipment Lots. Lots 1 (Hotel & Welfare Solutions); 2 (Cage and Rack Washers); 3 (Sterilisers); 5 (Containment Solutions - Downdraft Surgical Tables); 6 (Air Showers) and 7 (Bedding Systems) have been published, OJEU References 2018/S 151-346688, 2018/S 019-038854, 2017/S 242-502531, 2018/S 157-359707, 2018/S 125-284428 and 2018/S 013-025128.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR349592",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Lot 4 - Fumigation systems (VHP decontamination chambers, VHP Generators, Pass-through chambers). These form part of a family of congruent capital equipment Lots with an overall aggregate value of ca. 33 090 789.00 GBP. The overall CBS equipment procurement comprises: Lot 1: Hotel and Welfare Processing Solutions (bottles, cages, IVC systems, IVC cage racks, IVC transport trolleys, change stations) - already published. Lot 2: Washing/Disinfection Solutions (cage / rack / cabinet washers) - already published. Lot 3: Steam Sterilisers (with H2O2) (steriliser with a range of volumes, configurations and facilities) - already published. Lot 4: Fumigation systems (e.g. VHP chambers, integral and stand alone VHP generators, pass-through hatches and chambers. Lot 5: Containment (downdraft (surgical) tables. Lot 6: Barrier Maintenance (air shower) - already published). Lot 7: Clean and dirty bedding handling systems (with dirty cage robotics) (cage filling station, cage emptying, cage empting robotics, localised laminar flow) - already published.. 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 values include revenue (i.e. extended warranty; utilities costs) cost estimates.",
                "status": "complete",
                "value": {
                    "amount": 1600000,
                    "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 further competition or call-off from the framework."
                },
                "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": "2018-09-21T13:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Once the framework has been awarded, the Main (construction) Contractor for each project may be asked to place the order(s) and sign formal Contracts for the supply, installation and commissioning of the Equipment on behalf of the University. If this applies, 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.) 1. The Tenderer may be required to provide a Collateral Warranty to the University. 2. Certain parts of the Contract may need to be delivered directly to the University, e.g. warranty and training. 3. 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 3 000 000.00 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 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 value(s) for the following financial ratio(s): 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 0.5. 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 Liability Insurance = per single event a minimum of 5,000,000 GBP Public Liability Insurance = per single event a minimum of 2,000,000 GBP Professional Indemnity Insurance = a minimum of 1,000,000 GBP Product Liability Insurance (where services are provided under the contract) = per single event a minimum of 1,000,000 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 4) 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.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 their and 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.1.1 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). If the bidder does not hold a 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. ESPD 4D.2 Statement The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. ESPD 4D.2.1 Statement If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, then the bidder must have the following: A regularly reviewed documented policy and procedures regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control)."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2019-09-20T00:00:00Z"
            }
        },
        "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": "42924720",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-12",
                "description": "Extension to tender return deadline in response to an extension request from a candidate.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2018-09-21T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2018-09-28T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2019-09-20T00:00:00Z"
                        },
                        "newValue": {
                            "date": "2019-09-27T00:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.6",
                            "label": "Minimum time frame during which the tenderer must maintain the tender"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2018-09-21T13:00:00Z"
                        },
                        "newValue": {
                            "date": "2018-10-01T09:30:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            },
            {
                "id": "amd-8",
                "description": "Requested extension from candidate. Some technical clarification questions still awaiting a response.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2018-09-28T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2018-10-05T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2019-09-27T00:00:00Z"
                        },
                        "newValue": {
                            "date": "2019-10-04T00:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.6",
                            "label": "Minimum time frame during which the tenderer must maintain the tender"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2018-10-01T09:30:00Z"
                        },
                        "newValue": {
                            "date": "2018-10-05T14:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "This agreement is for the supply, installation and maintenance of biomedical research equipment for the Institute for Regeneration and Repair, due to complete in 2020. It was tendered via Public Contracts Scotland - Tender (PCS-T) website as a Pathfinder procurement, project_11083. It will also be used to equip future capital projects in and around Edinburgh as detailed in the Invitation to Tender. Other Lots of congruent equipment were tendered via PCS-T as separate Projects using this EC0715 framework as a template. NOTE: Bidders completed the ESPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. 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:575559)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000544930"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000544930"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000544930"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000544930"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "EC0715",
            "suppliers": [
                {
                    "id": "org-119",
                    "name": "Tecniplast UK Ltd"
                },
                {
                    "id": "org-120",
                    "name": "Ortner Reinraumtechnik GmbH"
                },
                {
                    "id": "org-121",
                    "name": "PEA Pharma- und Elektrotechnik-Anlagenbau GmbH"
                }
            ],
            "relatedLots": [
                "1"
            ],
            "hasSubcontracting": true,
            "subcontracting": {
                "description": "VHP Generator Supply",
                "maximumPercentage": 0.67,
                "minimumPercentage": 0.67,
                "value": {
                    "amount": 78687,
                    "currency": "GBP"
                }
            }
        }
    ],
    "contracts": [
        {
            "id": "EC0715",
            "awardID": "EC0715",
            "status": "active",
            "dateSigned": "2019-03-21T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 152-348555"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "124",
                "measure": "lowestValidBidValue",
                "value": 153869.55
            },
            {
                "id": "125",
                "measure": "highestValidBidValue",
                "value": 216611.59
            },
            {
                "id": "126",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "127",
                "measure": "smeBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "128",
                "measure": "foreignBidsFromEU",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "129",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "130",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "131",
                "measure": "lowestValidBidValue",
                "value": 153869.55,
                "relatedLot": "1"
            },
            {
                "id": "132",
                "measure": "highestValidBidValue",
                "value": 216611.59,
                "relatedLot": "1"
            }
        ]
    }
}