Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  University of Strathclyde
  Learning & Teaching Building, 49 Richmond Street
  Glasgow
  G1 1XU
  UK
  
            Contact person: Natasha Murray
  
            E-mail: Natasha.Murray@strath.ac.uk
  
            NUTS: UKM82
  Internet address(es)
  
              Main address: http://www.strath.ac.uk/
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
 
I.2) 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/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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
Supply and commissioning of an Atomic Layer Deposition Coating System
            Reference number: UOS-36340-2025
  II.1.2) Main CPV code
  38000000
 
  II.1.3) Type of contract
  Supplies
  II.1.4) Short description
  This Notice relates to an open tender above the Agreement on Government Procurement (GPA) threshold for goods related to research and development equipment required by the University of Strathclyde's (Contracting Authority) Institute of Photonics department.  The Contracting Authority envisions a single supplier shall undertake the contract for the supply, delivery, installation and commissioning of an Atomic Layer Deposition Coating system at a University of Strathclyde Lab facility, located in the Technology and Innovation Centre (TIC) specified cleanroom.
  The equipment is grant funded by the Wolfson Foundation to advance scientific investigation in neuro-technology.
  II.1.5) Estimated total value
  Value excluding VAT: 
			250 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    31712100
    II.2.3) Place of performance
    NUTS code:
    UKM82
Main site or place of performance:
    The University of Strathclyde
    II.2.4) Description of the procurement
    The Institute of Photonics is seeking to complement their cleanroom micro-fabrication facility equipment with an Atomic Layer Deposition (ALD) system.
    It is envisioned that the equipment will form atomic-scale precision deposition of oxide materials that will include but not be limited to:
    1 Hafnium Oxide (HfO2)
    2 Silicon Dioxide (SiO2)
    The equipment will be used to to advance scientific investigation in neuro-technology and operated by PhD students, Postdoctoral Research Associates and Technicians within the Institute of Photonics.
    The Contracting Authority anticipates that the contract will be for a duration of twenty (24) months. The Contracting Authority requires a supplier that can fulfil the below non-exhaustive list of requirements:
    1 Thermally activated monolayer oxide deposition
    2 HfO2 and SiO2 oxides deposition with added capability for Titania (TiO2) and Alumina (AlO3)
    3 Capability to expand the range of deposited material
    4 High variety of film stacking capability
    5 Highly conformal and uniform deposition including in recesses
    6 The capability for system update to future-proof the system usage
    Please refer to the full list of requirements and tender documentation available via PCST.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 50
    
                    Price
                    
                      / Weighting: 
                      50
    II.2.6) Estimated value
    Value excluding VAT: 
			250 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 24
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              Yes
            
    Description of options:
    The Contracting Authority reserves the right to request additional deliveries by the successful Tenderer, either intended as partial replacement of supplies or installations or as extensions of existing supplies and installations.
    The Contracting Authority may at it's sole discretion exercise this option.
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
 
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.1.2) Economic and financial standing
  List and brief description of selection criteria:
  4B.1.2 Turnover
  Bidders will be required to have an average yearly turnover of a minimum of 500,000.00 GBP for the last 3 years.
  4B.5.1a - 4B.5.3 Insurances
  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 = 10m GBP
  Public and Product Liability Insurance = 10m GBP
  Professional Indemnity Insurance = NOT USED
  In respect of any one incident and unlimited as to number of claims, and adequate insurances covering all the Contractor's other liabilities in terms of the Contract
III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  4C.1.2 Previous Experience Minimum level(s) of standards required:
  Bidders will be required to provide three (3) examples that demonstrate that they have the relevant experience to deliver the equipment as stated in the Contract Notice.
 
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  IV.1.8) Information about 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:
  2025/S 000-008702
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              16/07/2025
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.6) Minimum time frame during which the tenderer must maintain the tender
  
                Duration in months: 4 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              16/07/2025
  
              Local time: 12:00
 
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29263. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Voluntary Community benefits are included in this requirement. For more information see:
https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
The Contracting Authority acknowledges that is procurement activities have a significant impact on the environment, society and the economy. The Contracting Authority recognises that Community Benefits are a key component in maximising social, economic and environmental benefits. The achievements and delivery of Community Benefits can contribute to the University of Strathclyde's strategic Plan 2030. The Contracting Authority proposes to use a Voluntary Approach to Community Benefits for this requirement; This approach is to encourage the Tenderer to offer Community Benefits post Tender Submission. These offered Community Benefits will not form part of the contractual obligation and will not form part of the consideration at Tender evaluation stage.
(SC Ref:800195)
VI.4) Procedures for review
  VI.4.1) Review body
  
    glasgow Sheriff Court
    1 Carlton Place
    Glasgow
    G5 9DA
    UK
   
 
VI.5) Date of dispatch of this notice
13/06/2025