萝莉原创

萝莉原创 Tenders

07 May 2026

Related Information

Construction Contract Leads

Scotland

Category Goods

Type Tender

No. of Lots 1

Status Active

Published 6th Apr 2026

Tender Details
Referenceocds-h6vhtk-067c81
Common Procurement VocabularyTags
Procurement MethodOpen procedure
Value80,500
« Previous Page

Scotland

Category Goods

Type Tender

No. of Lots 1

Status Active

Published 6th Apr 2026

Tender Details
Referenceocds-h6vhtk-067c81
Common Procurement VocabularyTags
Procurement MethodOpen procedure
Value80,500

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

Email

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

Email

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

Email

edinburgh [at] scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom

Internet address