Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Heriot-Watt University
Moyen House, Research Park North, Heriot-Watt University
Riccarton, Edinburgh
EH14 4AP
UK
Contact person: Richard Kinghorn
Telephone: +44 1314513704
E-mail: R.G.Kinghorn@hw.ac.uk
NUTS: UKM75
Internet address(es)
Main address: http://hw.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00307
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
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
Purchase of Dielectric Deposition Systems
Reference number: HWU-UK-2425-135-00
II.1.2) Main CPV code
38000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Heriot-Watt University is seeking contractor(s) to supply, deliver and install two dielectric deposition systems capable of depositing a range of high-quality dielectric layers
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
PECVD System
II.2.2) Additional CPV code(s)
31000000
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
Heriot-Watt University
Riccarton Campus
Edinburgh
EH14 4AS
II.2.4) Description of the procurement
Heriot-Watt University wishes to purchase within this lot a system which can perform deposition of dielectric thin films based on plasma-enhanced chemical vapour deposition (PECVD) technology
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Cost criterion: Commercial
/ Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Lot No: 2
II.2.1) Title
Magnetron Sputter PVD System
II.2.2) Additional CPV code(s)
31000000
II.2.3) Place of performance
NUTS code:
UKM75
Main site or place of performance:
Heriot-Watt University
Riccarton Campus
Edinburgh
EH14 4AS
II.2.4) Description of the procurement
Heriot-Watt University wishes to purchase within this lot a system which can perform deposition of dielectric thin films based on magnetron sputtering physical vapour deposition (PVD) technology
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Cost criterion: Commercial
/ Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
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:
Bidders will be required to have a minimum “general” yearly turnover of the amount listed below, for the last 2 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.
The Successful Contractor will be required to provide two years audited accounts, or equivalent prior to awarded to the Contract, or confirm in their tender submission the publicly accessible, free, online location of accounts if available 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.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any contract, the types and levels of insurance listed below.
Bidders also must confirm they can provide the following supporting evidence at point of award.
Minimum level(s) of standards required:
Turnover Requirements:
Bidders will be required to have a minimum “general” yearly turnover of 480,000 GBP for the last 2 years.
Insurance Requirements:
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any contract, the following types and levels of insurance:
Employer's (Compulsory) Liability Insurance = 5,000,000 GBP
Product Liability Insurance = 2,000,000 GBP
Public Liability Insurance = 2,000,000 GBP
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
04/04/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
04/04/2025
Local time: 12:00
Place:
Heriot-Watt University
Riccarton Campus
Edinburgh
EH14 4AS
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
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.
Tenderers will be asked to submit the following forms. These forms are for information only and will not be scored.
Form of Tender
Bona Fide Tender
Freedom of Information
Supply Chain Code of Conduct
The Successful Tenderer must confirm that they comply with the requirements of the Modern Slavery Act 2015.
The Successful Tenderer will be required to provide two years audited accounts, or equivalent prior to awarded to the Contract, or confirm
in their tender submission the publicly accessible, free, online location of accounts if available 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.
Where the capability & capacity of a subcontractor, members of a consortia or any other body will be relied on, separate SPD(s) are
required from each of those other parties relied on.
Where subcontractors are to be used but their capability & capacity are not relied on, the University may choose to request separate SPD(s).
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28665. The ITT code is itt_58404.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28665. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:791878)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Edinburgh
UK
VI.5) Date of dispatch of this notice
28/02/2025