Notice Information
Notice Title
MaxDOAS Instruments
Notice Description
Supply, installation and maintenance of three MAX-DOAS 2D instruments.
Lot Information
Lot 1
The University (The Buyer) invites competitive tenders for supply, installation and technical services in relation to MAXDOAS Instrument x 3. The Field Spectroscopy Facility has a budget to acquire three spectroscopic, remote sensing instruments to measure the slant column densities of a number of atmospheric pollutants over a mega-city urban area. The primary aim is to take slant column density measurements of the trace gas nitrogen dioxide (NO2), with simultaneous measurements of the trace gases formaldehyde (HCHO) and ozone (O3) by the same instrument. The instruments are to be used as part of a network, consisting of three nodes, with each node hosting one of the three instruments. The nodes, and therefore the instruments, will be situated on the rooftops of buildings within the selected urban area. The campaign will last for one year initially, with a further three years planned, with measurements taken continuously and autonomously by the instrument throughout this period. Data from the instrument will be evaluated locally and autonomously, with users accessing data remotely. To take spectroscopic measurements of the vertical column distribution of NO2, with simultaneous measurements of other trace gas species, the Multi Axis Differential Optical Spectroscopy (MAX-DOAS) technique has been identified as proving the most suitable for the research requirements stipulated. Therefore, the Field Spectroscopy Facility seeks to purchase three MAX-DOAS instruments, all of the same model, to fulfil the research goals of the project described.
Renewal: Option to extend for an additional 3 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000613023
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB379332
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
38 - Laboratory, optical and precision equipments (excl. glasses)
-
- CPV Codes
33114000 - Spectroscopy devices
38344000 - Pollution-monitoring devices
Notice Value(s)
- Tender Value
- £100,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Feb 20206 years ago
- Submission Deadline
- 3 Mar 2020Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- Not specified
- Contact Email
- maria.dick@ed.ac.uk
- Contact Phone
- +44 1316502508
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=FEB379332
MaxDOAS Instruments - Supply, installation and maintenance of three MAX-DOAS 2D instruments.
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-r6ebe6-0000613023-2020-02-03T00:00:00Z",
"date": "2020-02-03T00:00:00Z",
"ocid": "ocds-r6ebe6-0000613023",
"initiationType": "tender",
"parties": [
{
"id": "org-111",
"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": {
"email": "maria.dick@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"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-43",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "27 Chambers Street,",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-111"
},
"tender": {
"id": "LIT0633",
"title": "MaxDOAS Instruments",
"description": "Supply, installation and maintenance of three MAX-DOAS 2D instruments.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "38344000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "NERC Field Spectroscopy Facility School of GeoSciences Grant Institute James Hutton Road Edinburgh EH9 3FE United Kingdom"
},
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 100000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-03-03T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-03-03T12:00:00Z"
},
"documents": [
{
"id": "FEB379332",
"documentType": "contractNotice",
"title": "MaxDOAS Instruments",
"description": "Supply, installation and maintenance of three MAX-DOAS 2D instruments.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB379332",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The University (The Buyer) invites competitive tenders for supply, installation and technical services in relation to MAXDOAS Instrument x 3. The Field Spectroscopy Facility has a budget to acquire three spectroscopic, remote sensing instruments to measure the slant column densities of a number of atmospheric pollutants over a mega-city urban area. The primary aim is to take slant column density measurements of the trace gas nitrogen dioxide (NO2), with simultaneous measurements of the trace gases formaldehyde (HCHO) and ozone (O3) by the same instrument. The instruments are to be used as part of a network, consisting of three nodes, with each node hosting one of the three instruments. The nodes, and therefore the instruments, will be situated on the rooftops of buildings within the selected urban area. The campaign will last for one year initially, with a further three years planned, with measurements taken continuously and autonomously by the instrument throughout this period. Data from the instrument will be evaluated locally and autonomously, with users accessing data remotely. To take spectroscopic measurements of the vertical column distribution of NO2, with simultaneous measurements of other trace gas species, the Multi Axis Differential Optical Spectroscopy (MAX-DOAS) technique has been identified as proving the most suitable for the research requirements stipulated. Therefore, the Field Spectroscopy Facility seeks to purchase three MAX-DOAS instruments, all of the same model, to fulfil the research goals of the project described.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for an additional 3 years."
}
}
],
"bidOpening": {
"date": "2020-03-03T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Engineers must be suitably qualified."
},
{
"type": "economic",
"description": "The successful tenderer will be required to provide 3 years audited accounts, or equivalent, prior to being awarded the Contract, or confirm in their submission the publicly accessible, free, online location of accounts in such a format. There must be no qualification or contra-indication from any evidence provided in support of the Contractor's economic and financial standing.",
"minimum": "ESPD 4B.1.1 Statement Bidders will be required to have a minimum \"general\" yearly turnover of 200,000GBP for the last 3 years. ESPD 4B.3 Statement Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. ESPD 4B.5.1 and 4B.5.2 Statements It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Public Liability Insurance = 2,000,000 GBP Employer's (Compulsory) Liability Insurance = 5,000,000 GBP Product Liability Insurance = 2,000,000 GBP Please note that these levels are 'for each and every claim' and there will be no limit of liability accepted. Bidders must also confirm they can provide supporting evidence at point of award. ESPD 4B.6 Statements 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. 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. 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."
},
{
"type": "technical",
"description": "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.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.10 Statement Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
"minimum": "ESPD 4D.1 Statements 4D.1 Statement 1: 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), 4D.1 Statement 2: Health & Safety The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2020-07-01T00:00:00Z"
}
},
"classification": {
"id": "33114000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "Delivery Location: NERC Field Spectroscopy Facility School of GeoSciences Grant Institute James Hutton Road Edinburgh EH9 3FE This procurement includes additional procurement-specific minimum requirements which are detailed in the Concluding Statements box of the Qualification Envelope in PCS-T. Note: Bidders must complete the ESPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will reply to meet the selection criteria, these named parties must complete and reattach the ESPD Supplier Response Forms attached to ESPD question 2A.17 and 2C.1.1 on PCS-T. These parties must complete the first three sections of the ESPD form, as well as any part of the section 4 selection criteria that the main bidder will reply upon the parties to fulfil. The University reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria. Note: Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (as indicated in ESPD section 3D). Without prejudice to any additional relevant duties, suppliers should note that this includes obligations for certain organisations under: - The Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted) - The ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at https://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN) - The Equality Act 2010 (available at https://www.legislation.gov.uk/ukpga/2010/15/contents) - The Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made) - this is grounds for mandatory exclusion or termination at any procurement or contract stage. At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over. The buyer is using PCS-Tender to conduct this ITT exercise. The Project Code is 15679. For more information see http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 34274. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:613023)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000613023"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}