Notice Information
Notice Title
Dry Heat Sterilisers
Notice Description
The University wishes to establish a framework agreement for the supply of dry heat sterilisers for use in biomedical research facilities. This procurement was conducted via the Public Contracts Scotland-Tender portal (PCS-T), as a one stage Open Procedure.
Lot Information
Lot 1
The supply, installation, commissioning, validation, warranty and service support of dry heat sterilisers for use in biomedical research facilities and laboratories.
Options: Additional purchases throughout the lifetime of this framework agreement will depend on the University's capital programme.
Renewal: The initial contract term of 24 months may, at the sole discretion of The University of Edinburgh, be extended in 2 increments of 12 months, such extensions to be triggered at the second and third anniversary of the contract start date, up to the maximum total contract term of 48 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000611750
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN389321
- 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
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
-
- CPV Codes
33191000 - Sterilisation, disinfection and hygiene devices
33191100 - Steriliser
Notice Value(s)
- Tender Value
- £1,000,000 £1M-£10M
- Lots Value
- £1,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £328,139 £100K-£500K
Notice Dates
- Publication Date
- 29 Jun 20205 years ago
- Submission Deadline
- 25 Feb 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 12 Jun 20205 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
- Tony Newjem, Senior Supply Chain Manager
- Contact Email
- tony.newjem@ed.ac.uk
- Contact Phone
- +44 1316509136
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=JAN378454
Dry Heat Sterilisers - The University wishes to establish a framework agreement for the supply of dry heat sterilisers for use in biomedical research facilities. An initial requirement for one system for the University's Chancellor's LF2 Project will be used as a vanguard project to establish the framework, framework pricing and ranking of the suppliers appointed to the framework. This procurement will be conducted via the Public Contracts Scotland-Tender portal(PCS-T). We will apply a one stage Open Procedure. Bidders must self-certify their 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 specific requirements listed in Section III of this OJEU Contract Notice when completing the ESPD in PCS-T. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN389321
Dry Heat Sterilisers - The University wishes to establish a framework agreement for the supply of dry heat sterilisers for use in biomedical research facilities. This procurement was conducted via the Public Contracts Scotland-Tender portal (PCS-T), as a one stage Open Procedure.
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-r6ebe6-0000611750-2020-06-29T00:00:00Z",
"date": "2020-06-29T00:00:00Z",
"ocid": "ocds-r6ebe6-0000611750",
"initiationType": "tender",
"parties": [
{
"id": "org-23",
"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": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"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-24",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"streetAddress": "Parliament House, Parliament Square",
"locality": "EDINBURGH",
"postalCode": "EH1 1RQ"
},
"contactPoint": {
"email": "supreme.courts@scotcourts.gov.uk",
"telephone": "+44 1312252595",
"url": "https://www.scotcourts.gov.uk/the-courts/supreme-courts/about-the-court-of-session"
},
"roles": [
"reviewBody",
"mediationBody"
]
},
{
"id": "org-17",
"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-1",
"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",
"supplier"
],
"details": {
"scale": "large",
"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-2",
"name": "Process Control Solutions",
"identifier": {
"legalName": "Process Control Solutions"
},
"address": {
"streetAddress": "577A Hartford Tpke",
"locality": "SHREWSBURY",
"region": "00",
"postalCode": "01545"
},
"contactPoint": {
"email": "bdavis@process-info.com",
"telephone": "+1 5083414363"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-3",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"streetAddress": "Parliament House, Parliament Square",
"locality": "EDINBURGH",
"postalCode": "EH1 1RQ"
},
"contactPoint": {
"email": "supreme.courts@scotcourts.gov.uk",
"telephone": "+44 1312252595",
"url": "https://www.scotcourts.gov.uk/the-courts/supreme-courts/about-the-court-of-session"
},
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-1"
},
"tender": {
"id": "EC0881",
"title": "Dry Heat Sterilisers",
"description": "The University wishes to establish a framework agreement for the supply of dry heat sterilisers for use in biomedical research facilities. This procurement was conducted via the Public Contracts Scotland-Tender portal (PCS-T), as a one stage Open Procedure.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "33191000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Edinburgh BioQuarter, postcode EH16 4SB; the Western General Hospital, postcode EH4 2XU, and other University of Edinburgh campus locations across the Lothians."
},
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 1000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2020-02-25T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-02-25T13:30:00Z"
},
"documents": [
{
"id": "JAN378454",
"documentType": "contractNotice",
"title": "Dry Heat Sterilisers",
"description": "The University wishes to establish a framework agreement for the supply of dry heat sterilisers for use in biomedical research facilities. An initial requirement for one system for the University's Chancellor's LF2 Project will be used as a vanguard project to establish the framework, framework pricing and ranking of the suppliers appointed to the framework. This procurement will be conducted via the Public Contracts Scotland-Tender portal(PCS-T). We will apply a one stage Open Procedure. Bidders must self-certify their 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 specific requirements listed in Section III of this OJEU Contract Notice when completing the ESPD in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN378454",
"format": "text/html"
},
{
"id": "JUN389321",
"documentType": "awardNotice",
"title": "Dry Heat Sterilisers",
"description": "The University wishes to establish a framework agreement for the supply of dry heat sterilisers for use in biomedical research facilities. This procurement was conducted via the Public Contracts Scotland-Tender portal (PCS-T), as a one stage Open Procedure.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN389321",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The supply, installation, commissioning, validation, warranty and service support of dry heat sterilisers for use in biomedical research facilities and laboratories.",
"status": "complete",
"value": {
"amount": 1000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Specific Project Requirements",
"description": "14"
},
{
"type": "cost",
"name": "Whole Life Costs",
"description": "30"
}
]
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The initial contract term of 24 months may, at the sole discretion of The University of Edinburgh, be extended in 2 increments of 12 months, such extensions to be triggered at the second and third anniversary of the contract start date, up to the maximum total contract term of 48 months."
},
"options": {
"description": "Additional purchases throughout the lifetime of this framework agreement will depend on the University's capital programme."
}
}
],
"bidOpening": {
"date": "2020-02-25T13:30:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "ESPD 4A.1 Statement: If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015)."
},
{
"type": "economic",
"description": "ESPD 4B.2.1 Statement: Bidders will be required to have a minimum yearly turnover of 500,000 GBP for the last 2 years in the business area covered by the contract. 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 / started trading. ESPD 4B.4 Statement: Bidders will be required to state the value(s) for the following financial ratio(s): Current Ratio Quick Ratio Debt to Equity Ratio. ESPD 4B.5.1 and 4B.5.2 Statement: 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 Public Liability Insurance Professional Indemnity Insurance Product Liability Insurance. ESPD 4B.6 Statements: Bidders' 4B.6 Statement 1: Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract. Bidders' 4B.6 Statement 2: Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios: - Current Ratio - Quick Ratio - Debt to Equity Ratio A review of your ratios and audited accounts may be undertaken. In some cases this review may lead to an additional request for further financial information to help clarify any potential issues raised. This information may be used to assess financial sustainability.",
"minimum": "The acceptable range for each financial ratio is: Current Ratio: greater than or equal to 1.0 Quick Ratio: greater than or equal to 0.50 Debt to Equity Ratio: 0.5 or less. Bidders must hold, or be able to commit to obtaining 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 GBP 5000000. Public liability insurance = any one incident a minimum of GBP 10000000. Professional indemnity insurance = a minimum of GBP 1000000. Product Liability Insurance = any one incident a minimum of GBP 10000000. Refer to: http://www.hse.gov.uk/pubns/hse40.pdf"
},
{
"type": "technical",
"description": "NB: In PCS-T, responses to 4C.1.2 should be given as clearly labelled attachments to this question. Responses for the remaining 4C questions should be clearly labelled and attached to the General Attachments area in PCS-T. Suppliers must have regard for all statements when submitting responses. ESPD 4C.1.2 Statement: Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services / supplies as described in part II.2.4 of the OJEU Contract Notice. ESPD 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. 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.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 control measures employed. ESPD 4C.6 Educational and Professional Qualifications Statement: Bidders are asked to confirm staff numbers for each of the last three years identifying; Number and qualification of professional staff Number of support / technical staff Number of administrative staff. ESPD 4C.7 Statement: Bidders will be required to confirm that they will employ environmental management measures that comply with ISO 14001 and / or the EU EMAS Regulation: Regulation (EC) No.121/2009 (\"EMASIII\"). 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 sub-contract 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. ESPD 4C.12 and 4C.12.1 Quality Control Statements: Bidders will be required to confirm that they have the required quality control certificates. ESPD 4D.1 Quality Management Statements: The bidder must hold appropriate accredited quality management compliance certificates. 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. If the bidder does not hold such a certificate, they should have the following: equivalent, regularly reviewed documented policy and procedures regarding environmental management, authorised by the Chief Executive, or equivalent. These must cover ensuring effectiveness of measures and reducing impacts, workforce training and skills, checking and reviewing, dealing with waste, and ensuring any suppliers the bidders engages with apply appropriate environmental protection measures.",
"minimum": "ESPD 4C.12 and 4C.12.1 Quality Control Statements: Bidders will be required to confirm that they have the required quality control certificates from agencies of recognised competence, confirming that products meet the following technical specifications or standards: ISO 9000:2015, and BS EN 12297:1998 or local equivalent. If this cannot be provided, bidders will be required to explain why, and to confirm details of other means of proof that can be provided (issuing authority, address, reference of documentation). 4D.1 Statement 1 Quality Management Statement: 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 such a certificate, they should have the following: equivalent, documented policy and procedures regarding quality management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented items relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above: a policy with set responsibilities, review and improvement procedures, a quality management and performance process, workforce training, skills and information process, monitoring arrangements, bidder quality management arrangements, and a process for managing complaints."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3
}
},
"classification": {
"id": "33191100",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-18",
"description": "Tender return deadline extended due to delay in publishing documents on PCS-T and to allow at least the minimum time period for the receipt of tenders in accordance with Regulation 28 of the Public Contracts (Scotland) Regulations 2015.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2020-02-25T12:00:00Z"
},
"newValue": {
"date": "2020-03-02T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2020-02-25T13:30:00Z"
},
"newValue": {
"date": "2020-03-02T13:30:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
}
]
},
"language": "EN",
"description": "(SC Ref:623413)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000611750"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000611750"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000611750"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "EC0881",
"suppliers": [
{
"id": "org-2",
"name": "Process Control Solutions"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "EC0881",
"awardID": "EC0881",
"status": "active",
"value": {
"amount": 328139,
"currency": "GBP"
},
"dateSigned": "2020-06-12T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 019-041095"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 1,
"relatedLot": "1"
},
{
"id": "2",
"measure": "smeBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"value": 1,
"relatedLot": "1"
},
{
"id": "5",
"measure": "electronicBids",
"value": 1,
"relatedLot": "1"
}
]
}
}