Notice Information
Notice Title
CRM Liquid Nitrogen Tanks
Notice Description
The supply, installation and technical services of 3 x vapour phase nitrogen storage tanks for the Centre for Regenerative Medicine (CRM). The current facility holds 7 x Statebourne Biosystem 36,000 vial Cryogenic nitrogen storage tanks. An additional 3 tanks to hold a minimum of 36,000 vials per tank is required. The new units will be required to work seamlessly with the existing equipment and integrate with existing supply and return control system.
Lot Information
Lot 1
the supply, installation and technical services/support of liquid nitrogen cryogenic storage tanks and a range of specialist technical services for a planned upgrade to the Centre for Regenerative Medicine (CRM) at the BioQuarter. The current facility holds 6 x Statebourne Biosystem 36 liquid nitrogen tanks. We are planning to fit an additional 3 x higher capacity units to work seamlessly with the existing equipment.
Renewal: 1 years with the option to extend for a further 4 in total (1+1+1+1+1)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000674585
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR442161
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
24 - Chemical products
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
-
- CPV Codes
24111800 - Liquid nitrogen
44611000 - Tanks
Notice Value(s)
- Tender Value
- £150,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £85,329 Under £100K
Notice Dates
- Publication Date
- 1 Mar 20223 years ago
- Submission Deadline
- 5 Jan 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 18 Feb 20224 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
- Courtney Rwid
- Contact Email
- courtney.reid@ed.ac.uk, k.scott-woodhouse@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=NOV433661
CRM Liquid Nitrogen Tanks - The University of Edinburgh is in the process of completing the IRR and IRR Expansion buildings which will operate with the Centre for Regenerative Medicine (CRM) and run as one institute. The CRM nitrogen room will be used by the occupants of the new IRR building and to cater for the additional staff and students the nitrogen cryogenic storage capacity needs to be increased. The University wishes to invite competitive tenders for the supply, installation and technical services of 3 x vapour phase nitrogen storage tanks for the Centre for Regenerative Medicine (CRM). The current facility holds 7 x Statebourne Biosystem 36,000 vial Cryogenic nitrogen storage tanks. An additional 3 tanks to hold a minimum of 36,000 vials per tank is required. The new units will be required to work seamlessly with the existing equipment and integrate with existing supply and return control system. 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 SPD (Scotland) in PCST, and may be required to submit means of proof before contract award. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when competing the SPD in PCST. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR442161
CRM Liquid Nitrogen Tanks - The supply, installation and technical services of 3 x vapour phase nitrogen storage tanks for the Centre for Regenerative Medicine (CRM). The current facility holds 7 x Statebourne Biosystem 36,000 vial Cryogenic nitrogen storage tanks. An additional 3 tanks to hold a minimum of 36,000 vials per tank is required. The new units will be required to work seamlessly with the existing equipment and integrate with existing supply and return control system.
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-r6ebe6-0000674585-2022-03-01T00:00:00Z",
"date": "2022-03-01T00:00:00Z",
"ocid": "ocds-r6ebe6-0000674585",
"initiationType": "tender",
"parties": [
{
"id": "org-43",
"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": "k.scott-woodhouse@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"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-44",
"name": "The University of Edinburgh",
"identifier": {
"legalName": "The University of Edinburgh"
},
"address": {
"locality": "Edinburgh",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-24",
"name": "University of Edinburgh",
"identifier": {
"legalName": "University of Edinburgh"
},
"address": {
"streetAddress": "Procurement, Charles Stewart House, 9-16 Chambers Street,",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"name": "Courtney Rwid",
"email": "courtney.reid@ed.ac.uk",
"url": "http://"
},
"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-333",
"name": "Scientific Laboratory Supplies Ltd",
"identifier": {
"legalName": "Scientific Laboratory Supplies Ltd"
},
"address": {
"streetAddress": "Biocity Scotland, Bo'ness Road",
"locality": "Newhouse",
"region": "UKM84",
"postalCode": "ML15UH"
},
"contactPoint": {
"telephone": "+44 7788817761"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-28",
"name": "Edinburgh Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody",
"reviewContactPoint"
]
}
],
"buyer": {
"name": "University of Edinburgh",
"id": "org-24"
},
"tender": {
"id": "EC0875",
"title": "CRM Liquid Nitrogen Tanks",
"description": "The supply, installation and technical services of 3 x vapour phase nitrogen storage tanks for the Centre for Regenerative Medicine (CRM). The current facility holds 7 x Statebourne Biosystem 36,000 vial Cryogenic nitrogen storage tanks. An additional 3 tanks to hold a minimum of 36,000 vials per tank is required. The new units will be required to work seamlessly with the existing equipment and integrate with existing supply and return control system.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "24111800",
"scheme": "CPV"
},
{
"id": "44611000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "The Centre for Regenerative Medicine (CRM) University of Edinburgh."
},
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 150000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2022-01-05T12:00:00Z"
},
"awardPeriod": {
"startDate": "2022-01-05T12:00:00Z"
},
"documents": [
{
"id": "NOV433661",
"documentType": "contractNotice",
"title": "CRM Liquid Nitrogen Tanks",
"description": "The University of Edinburgh is in the process of completing the IRR and IRR Expansion buildings which will operate with the Centre for Regenerative Medicine (CRM) and run as one institute. The CRM nitrogen room will be used by the occupants of the new IRR building and to cater for the additional staff and students the nitrogen cryogenic storage capacity needs to be increased. The University wishes to invite competitive tenders for the supply, installation and technical services of 3 x vapour phase nitrogen storage tanks for the Centre for Regenerative Medicine (CRM). The current facility holds 7 x Statebourne Biosystem 36,000 vial Cryogenic nitrogen storage tanks. An additional 3 tanks to hold a minimum of 36,000 vials per tank is required. The new units will be required to work seamlessly with the existing equipment and integrate with existing supply and return control system. 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 SPD (Scotland) in PCST, and may be required to submit means of proof before contract award. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when competing the SPD in PCST.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV433661",
"format": "text/html"
},
{
"id": "MAR442161",
"documentType": "awardNotice",
"title": "CRM Liquid Nitrogen Tanks",
"description": "The supply, installation and technical services of 3 x vapour phase nitrogen storage tanks for the Centre for Regenerative Medicine (CRM). The current facility holds 7 x Statebourne Biosystem 36,000 vial Cryogenic nitrogen storage tanks. An additional 3 tanks to hold a minimum of 36,000 vials per tank is required. The new units will be required to work seamlessly with the existing equipment and integrate with existing supply and return control system.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR442161",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "the supply, installation and technical services/support of liquid nitrogen cryogenic storage tanks and a range of specialist technical services for a planned upgrade to the Centre for Regenerative Medicine (CRM) at the BioQuarter. The current facility holds 6 x Statebourne Biosystem 36 liquid nitrogen tanks. We are planning to fit an additional 3 x higher capacity units to work seamlessly with the existing equipment.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "1 years with the option to extend for a further 4 in total (1+1+1+1+1)"
}
}
],
"bidOpening": {
"date": "2022-01-05T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"performanceTerms": "Must meet conditions as detailed in ITT"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "List and brief description of selection criteria: SPD 1.69 Part 4B: Economic and Financial Standing - Bidders will be required to have a minimum \"general\" yearly turnover of 300,000 GBP for the last 3 years - 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. -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 = 5,000,000 GBP Public Liability Insurance = 2,000,000 GBP SPD 1.69.8 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, and the following ratios: - Current Ratio - Quick Ratio - Debtors Turnover Ratio - Return on Assets - Working Capital - Debt to Equity Ratio - Gross Profit 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."
},
{
"type": "technical",
"minimum": "SPD 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). SPD 4D.1 2nd Statement Health and Safety. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) If the bidder does not hold ISO certifications then the bidder must have the following: A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale relevant to the nature and scale of your operations and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant operations and set out your company's responsibilities of H&S management and compliance with legislation. NOTE: Organisations with fewer than five employees are not required by law to have a documented policy statement. SPD 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 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 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). Section 1.74 of the qualification envelope requires bidders to confirm they meet a series of technical minimum standards to be considered for technical evaluation."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "24111800",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "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 relevant obligations, 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 http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN) - the Equality Act 2010, in regards to the protected characteristics of age, disability, gender reassignment, marriage and civil partnership, pregnancy and maternity, race, religion or belief, sex and sexual orientation (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 annu (SC Ref:685254)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000674585"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000674585"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "EC0875",
"suppliers": [
{
"id": "org-333",
"name": "Scientific Laboratory Supplies Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "EC0875",
"awardID": "EC0875",
"status": "active",
"value": {
"amount": 85329,
"currency": "GBP"
},
"dateSigned": "2022-02-18T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2021/S 000-029068"
}
],
"bids": {
"statistics": [
{
"id": "922",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "923",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "924",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "925",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "926",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}