Construction Contract Leads
Scotland
Category Goods
Type Tender
No. of Lots 1
Status Active
Published 6th Apr 2026
| Reference | ocds-h6vhtk-067c81 |
| Common Procurement Vocabulary | Tags |
| Procurement Method | Open procedure |
| Value | 80,500 |
Scotland
Category Goods
Type Tender
No. of Lots 1
Status Active
Published 6th Apr 2026
| Reference | ocds-h6vhtk-067c81 |
| Common Procurement Vocabulary | Tags |
| Procurement Method | Open procedure |
| Value | 80,500 |
Section I: Contracting authority
I.1) Name and addresses
Edinburgh Napier University
Sighthill Campus, 9 Sighthill Court
EDINBURGH
EH11 4BN
Contact
Tony Newjem, Lead Portfolio Procurement Manager
T.Newjem [at] napier.ac.uk
Telephone
+44 1314555326
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
National registration number
SC018373
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Tender for the provision of Satellite Tags.
Reference number
100SAS-ENU-2526-067-PRFxxx
II.1.2) Main CPV code
- 35121600 - Tags
II.1.3) Type of contract
Supplies
II.1.4) Short description
Provision of satellite tags to support an investigation into the connectivity of elasmobranchs between Ireland, Northern Ireland, and Scotland. This is part of the EU-supported PEACEPLUS Programme involving the MOSAIC consortium which includes the Marine Alliance for Science and Technology for Scotland.
II.1.5) Estimated total value
Value excluding VAT: 80,500 EUR
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
II.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Edinburgh Napier University, Sighthill Campus, 9 Sighthill Court, EDINBURGH EH11 4BN.
II.2.4) Description of the procurement
Edinburgh Napier University invites tenders from interested economic operators for the provision of Satellite Tags under the MOSAIC four-year Peaceplus funded project.
II.2.5) Award criteria
Quality criterion - Name: Technical merit. / Weighting: 35%
Quality criterion - Name: Account Management and delivery of Service and Dispute Resolution. / Weighting: 25%
Quality criterion - Name: Environmental Responsibility. / Weighting: 10%
Price - Weighting: 30%
II.2.6) Estimated value
Value excluding VAT: 80,500 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
The University may be awarded additional funding (up to an additional 89 700 EUR). If successful in its application, the grant will be used to purchase additional tags compatible with or identical to, the initial purchase.
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
PEACEPLUS Programme.
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
Tenderers must declare by way of the SPD that they satisfy the financial and economic standing requirements(s) relating to Annual Accounts, Annual Turnover and Insurances and that they are able, upon request and without delay, to provide the supporting documentation specified below to the University in each case.
Minimum level(s) of standards possibly required
Provision of Audited Accounts for the last three financial years, or such lesser period as is available if the Tenderer has not been trading or incorporated for three full years.
Annual Turnover of 160 000.00 EUR for each of the last three years, or such lesser period as is available if the Tenderer has not been trading or incorporated for three full years.
The successful Tenderer shall be required to hold for the term of the Contract the following insurances:
Employer鈥檚 Liability: a minimum Indemnity Limit of 13 million EUR
Public Liability: a minimum Indemnity Limit of 6.5 million EUR
Product Liability: a minimum Indemnity Limit of 6.5 million EUR.
III.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers must declare by way of the SPD that they satisfy the technical and professional requirements and that they are able, upon request and without delay, to provide the supporting documentation relating to Organisation, Experience and Quality Control specified below to the Contracting Authority in each case.
Minimum level(s) of standards possibly required
Organisation: the Tenderer鈥檚 staff numbers, managerial structure and educational and professional qualifications of the firm鈥檚 managerial staff and in particular, of the people working on the contract, to demonstrate organisational capacity to deliver the contract.
Experience: a list of the principal goods provided in the past three years, including the sums, dates and recipients of the goods provided. Detailed written references to be provided.
Quality Control: evidence of adherence by the Tenderer to the highest quality standards should be provided. Supporting evidence such as certificates, relevant quality accreditation, or other relevant documentation must be provided.
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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 participate
Date
12 May 2026
Local time
5:00pm
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: 2 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
12 May 2026
Local time
5:00pm
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 31530. For more information see:
(SC Ref:827950)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Sheriff Court House, 27 Chambers Street
EDINBURGH
EH1 1LB
edinburgh [at] scotcourts.gov.uk
Telephone
+44 1312252525
Country
United Kingdom
Internet address
VI.4.2) Body responsible for mediation procedures
Edinburgh Sheriff Court and Justice of the Peace Court
Sheriff Court House, 27 Chambers Street
EDINBURGH
EH1 1LB
edinburgh [at] scotcourts.gov.uk
Telephone
+44 1312252525
Country
United Kingdom
