Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityEducation
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of a Research Collaboration Project to investigate highly antimicrobial inorganic coatings for infection control
Reference number: UHI-LAB-22803
II.1.2)Main CPV code71900000 Laboratory services
II.1.3)Type of contractServices
II.1.4)Short description:
The University wishes to invite tenders to supply and work with The University in a Research Collaboration Project. The subject of the Project is the evaluation of technologies for the production of adherent, hard, inorganic antimicrobial coatings.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)71900000 Laboratory services
73111000 Research laboratory services
73110000 Research services
45442000 Application work of protective coatings
24310000 Basic inorganic chemicals
44113330 Coating materials
38434540 Biomedical equipment
II.2.3)Place of performanceNUTS code: UKM6 Highlands and Islands
Main site or place of performance:
II.2.4)Description of the procurement:
The University wishes to invite tenders to supply and work with The University in a Research Collaboration Project. The subject of the Project is the evaluation of technologies for the production of adherent, hard, inorganic antimicrobial coatings. The Research Collaboration Project will be guided by a Research Collaboration Agreement. The Research Collaboration Agreement will be added to the University of the Highlands and Islands’ Terms and Conditions of Contract.
The coatings will be applied primarily, but not exclusively, to healthcare products such as surgical instruments and implants. The successful applicant (The Contractor) will work with The University under the terms of an agreed Research Collaboration Agreement.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Process Capability / Weighting: 25%
Quality criterion - Name: Service Delivery / Weighting: 25%
Quality criterion - Name: Quality Management and Assurance / Weighting: 15%
Quality criterion - Name: Post Project Support / Weighting: 5%
Quality criterion - Name: Fair Work Practices / Weighting: 5%
Price - Weighting: 25%
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 66
This contract is subject to renewal: yes
Description of renewals:
Following the conclusion of the Research Collaboration Agreement, a three year maintenance and servicing plan will be required, as will technical support for a period of three years.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
Part funded by the European Regional Development Fund, European Structural and Investment Funds 2014-2020 Programme Scotland.
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingMinimum level(s) of standards possibly required:
Bidders must confirm they can provide the following supporting evidence prior to award:
- Employer's (Compulsory) Liability Insurance = GBP 5 Million
- Product Liability Insurance = GBP 5 Million
- Public Liability Insurance = GBP 5 Million
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.2.2)Time limit for receipt of tenders or requests to participateDate: 01/06/2022
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 tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 01/06/2022
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information: VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Inverness Sheriff and Justice of the Peace Court
Town: Inverness
Postal code: IV2 3EG
Country: United Kingdom
VI.5)Date of dispatch of this notice:29/04/2022