Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Nuclear, biological, chemical and radiological protection equipment [cric refurbishment — hot cells and dispenser]
UK

Purchaser: University Of Edinburgh
Website link: http://www.nuclearmarket.com/proc/msk.cfm?id=77784

20/12/2018 S245 - - Supplies - Contract notice - Open procedure
I.II.III.IV.VI.
United Kingdom-Edinburgh: Nuclear, biological, chemical and radiological protection equipment

2018/S 245-560537

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU
Section I: Contracting authority

I.1)
Name and addresses
University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
United Kingdom
Contact person: Andrew Helmn
Telephone: +44 1316509158
E-mail: andrew.helmn@ed.ac.uk
NUTS code: UKM75
Internet address(es):

Main address: http://www.ed.ac.uk/schools-departments/procurement/supplying

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107

I.2)
Information about joint procurement
The contract is awarded by a central purchasing body
I.3)
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4)
Type of the contracting authority
Body governed by public law
I.5)
Main activity
Education
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
EC0823 CRIC Refurbishment — Hot Cells and Dispenser

Reference number: EC0823
II.1.2)
Main CPV code
35113200
II.1.3)
Type of contract
Supplies
II.1.4)
Short description:
The University of Edinburgh wishes to award a contract to a single supplier for the supply and installation of:

— 1 x aseptic dispensing cell,

— 2 x synthesiser hot cells (stacked),

— 2 x synthesiser hot cells (stacked),

— 1 x dispensing cell equipped with an autoclave.

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 PSC-T, 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 OJEU Contract Notice when completing the ESPD in PCS-T.

II.1.5)
Estimated total value
Value excluding VAT: 750 000.00 GBP
II.1.6)
Information about lots
This contract is divided into lots: no
II.2)
Description
II.2.1)
Title:
II.2.2)
Additional CPV code(s)
35113200
II.2.3)
Place of performance
NUTS code: UKM75
Main site or place of performance:
Edinburgh Imaging (QMRI), 47 Little France Crescent, Edinburgh, EH16 4TJ.

II.2.4)
Description of the procurement:
Due to increase in activity Edinburgh imaging is expanding its PET radiochemistry GMP facility, located at the Queen’s Medical Research Institute in Edinburgh to increase its GMP PET radiotracer production capacity.

The new facility will house additional hot cells to be installed in the new extension of the clean room. The intention is to have the new hot cells assembled as a row to integrate into the structure of the clean room and to form one of the walls.

The row of hot cells will comprise 1 aseptic dispensing cell, 1 dispensing cell equipped with an autoclave and 4 synthesiser hot cells. The synthesiser hot cells will need to operate to GMP and be large enough to house any commercially available synthesiser. The aseptic dispenser and the dispenser equipped with an autoclave will respectively operate to GMP.

It is required that the selected supplier will comply with the GMP guidelines, and work closely with the University’s Quality Assurance from design to commissioning of the purchased equipment and will install it within the spatial constraint of the lab. The supplier will also be required to work with the Main Contractor in the design phase to mitigate any risks associated with the project to ensure the equipment fully integrates as described above.

II.2.5)
Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
II.2.6)
Estimated value
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: yes
Description of options:
Costed Options.

Extended Warranty.

II.2.12)
Information about electronic catalogues
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)
Additional information
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.

Section III: Legal, economic, financial and technical information

III.1)
Conditions for participation
III.1.1)
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
ESPD 4A.1 Deleted

ESPD 4A.2 Deleted

Not applicable to this procurement exercise.

III.1.2)
Economic and financial standing
List and brief description of selection criteria:
ESPD 4B.1.1 Deleted

ESPD 4B.2.1 Statement:

Bidders will be required to have a minimum yearly turnover of 1 500 000 GBP for the last 3 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 Deleted

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 = 5 000 000 GBP,

— public/product liability insurance = 5 000 000 GBP,

— professional indemnity insurance = 1 000 000 GBP.

http://www.hse.gov.uk/pubns/hse40.pdf

ESPD 4B.6

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.

III.1.3)
Technical and professional ability
List and brief description of selection criteria:
ESPD 4C.1 Deleted

4C.1.2 Bidders will be required to provide 3 examples of similar projects to demonstrate that they have the relevant experience to deliver the goods/services described in Section II.2.4) above.

Examples should include the following:

Description of the project (including whether new facility or refurbishment). This must be Hot cells integrated into a clean room and should be of a similar value and size to the project advertised.

Name of project manager:

Location:

Name and address of the client contact to provide the University with a reference.

Your examples must be from within the last 3 years.

Please include the name of each Customer Organisation along with their contact details i.e. Name, Telephone Number, and email address. If you are unable to provide any examples please explain why you cannot.

4C2 Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especialy those responsible for quality control.

4C.5 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.

4C.6 Bidders will be required to demonstrate that their engineers/project managers have an understanding of quality. They should assign a Quality Assurance manager or similar.

4C.9 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 above.

4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

4C.11 Bidders must confirm that they will provide samples, descriptions and/or photogrphs of the products to be supplied which do not require a certificate of authenticity.

4C11.1 The bidder must confirm that they will provide certificates of authenticity where required.

ESPD 4C.12 Deleted.

Minimum level(s) of standards possibly required:
ESPD 4D.1 Statement 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).

4D1.1 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:

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, quality management and performance process, workforce training, skills and information process, monitoring arrangements, bidder quality management arrangements, and a process for managing complaints.

Note: Organisations with fewer than five employees are not required by law to have a documented policy statement.

4D.1 Statement 2 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) or have, in 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.

4D1.1 Statement 2 Health and Safety:

If the bidder does not hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, in 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, then the bidder must have the following:

Equivalent, regularly reviewed and documented policy and procedures for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented processes and arrangements relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above — ensuring H&S effectiveness, obtaining H&S advice and assistance, training, skills and information for bidder workforce, workforce H&S qualifications, checking and reviewing H&S performance, involving workforce in planning and implementation, recording accidents/incidents and follow-up actions, ensuring bidder’s suppliers apply H&S appropriate measures, risk assessment, and coordinating with bidder’s suppliers.

Note: Organisations with fewer than 5 employees are not required by law to have a documented policy statement.

III.1.5)
Information about reserved contracts
III.2)
Conditions related to the contract
III.2.2)
Contract performance conditions:
III.2.3)
Information about staff responsible for the performance of the contract
Section IV: Procedure

IV.1)
Description
IV.1.1)
Type of procedure
Open procedure
IV.1.3)
Information about a framework agreement or a dynamic purchasing system
IV.1.4)
Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)
Information about electronic auction
IV.1.8)
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)
Administrative information
IV.2.1)
Previous publication concerning this procedure
Notice number in the OJ S: 2018/S 120-272552
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 04/02/2019
Local time: 12:00
IV.2.3)
Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)
Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)
Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)
Conditions for opening of tenders
Date: 04/02/2019
Local time: 12:00
Place:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Information about authorised persons and opening procedure:
Using PCS-T electronic tendering system.

Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)
Additional information:
This procurement includes additional procurement-specific pass/fail minimum requirements which are detailed in 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 rely to meet the selection criteria, these named parties must complete and reattach the ESPD Supplier Response Forms (MO Excel document) attached to ESPD Question 2C.1.1 on PCS-T. These parties must complete the first 3 sections of the ESPD form, as well as any part of the Section 4 selection criteria that the main bidder will rely 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 http://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 10995

For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

The University are seeking firm, tangible, mutually beneficial commitments in 1 or more of the following areas as a result of securing contracts for example:

— engineering apprenticeships directly linked to supporting equipment,

— bursaries for training opportunities for University undergraduates or post to undertake work experience, internships and carry out research,

— sponsorships of PhD placements to carry out mutually beneficial research in a biomedical, biological, engineering, industrial design (this is not an exhaustive list),

— technician training to expert level with a view of developing their management potential,

— joint initiatives to encourage school leavers, recent graduates etc. into the biomedical research sector.

(SC Ref:563693)

VI.4)
Procedures for review
VI.4.1)
Review body
University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
United Kingdom
Telephone: +44 1316502508
Internet address: http://www.ed.ac.uk/schools-departments/procurement/supplying

VI.4.2)
Body responsible for mediation procedures
VI.4.3)
Review procedure
VI.4.4)
Service from which information about the review procedure may be obtained
VI.5)
Date of dispatch of this notice:
17/12/2018


http://ted.europa.eu/, TED database, © European Communities, 1995-2018.