- Scope of the procurement
- Lot 1. Programmable 1 MW 4Q Power Supply
- Lot 2. Programmable 1 MW 4Q Power Supply
- Lot 3. Programmable 1 MW 4Q Power Supply
- Lot 4. 1MW DC Power Supply Unit (PSU)
- Lot 5. Small Environmental Chamber
- Lot 6. Small Environmental Chamber (Temperature/Humidity/Pressure)
- Lot 7. Large Environmental Chamber (Temperature/Humidity/Vibration)
- Lot 8. High Speed Dynamometer with 4Q converter and Low Speed Dynamometer with 4Q converter
- Lot 9. High Speed & Low Speed Dynamometers with integrated 4Q converter
- Lot 10. High Speed Dynamometer with 4Q converter and Low Speed Eddy Current Dynamometer
Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PNDC Propulsion & Power Train Accelerator
two.1.2) Main CPV code
- 31154000 - Uninterruptible power supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
Founded by the University of Strathclyde, Scottish Power Energy Networks and SSE Power Distribution, with support from Scottish Enterprise and the Scottish Funding Council, the Power Networks Demonstration Centre (PNDC), recently secured funding from the ISCF DER challenge fund to be spent on equipment which enhances PNDC’s capability in the aerospace, marine and transport sectors.
The equipment will be additional to the current infrastructure at PNDC, and must be connected to/utilise the current infrastructure to provide the enhanced capability.
The requirement for equipment has been split into lots as detailed in the procurement documents.
Tenders should note that the Contract is divided into four parent lots:
Lot 1 - Programmable 1 MW 4Q Power Supply
Lot 2 - DC Power Supply Unit
Lot 3 - Environmental Chamber
Lot 4 - High Speed & Low Speed Dynos
Lots 1, 3 and 4 have three possible configurations, the ITT is divided in ten (10) sublots.
Tenderers should note that, at a maximum, four contracts may be awarded under this Contract.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Programmable 1 MW 4Q Power Supply
Lot No
1
two.2.2) Additional CPV code(s)
- 31174000 - Power supply transformers
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Contract scope includes; supply, delivery, commissioning and ongoing support and warranty of the above equipment. Tenderers should note that the proposed site is yet to be confirmed, however it is highly probable that it will be a new site, meaning the awarded supplier will be required to cooperate with the main building contractor during the commissioning process.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.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 suppliers or installations or as extensions of existing supplies and installations.
The Contracting Authority may at it's sole discretion exercise this option.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Potential Tenderers should note that the lot referencing is a locked function on the notice and cannot be amended. Within the tender documentation, this is categorised as lot 1.1.
two.2) Description
two.2.1) Title
Programmable 1 MW 4Q Power Supply
Lot No
2
two.2.2) Additional CPV code(s)
- 31174000 - Power supply transformers
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Contract scope includes; supply, delivery, commissioning and ongoing support and warranty of the above equipment. Tenderers should note that the proposed site is yet to be confirmed, however it is highly probable that it will be a new site, meaning the awarded supplier will be required to cooperate with the main building contractor during the commissioning process.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.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 suppliers or installations or as extensions of existing supplies and installations.
The Contracting Authority may at it's sole discretion exercise this option.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Potential Tenderers should note that the lot referencing is a locked function on the notice and cannot be amended. Within the tender documentation, this is categorised as lot 1.2.
two.2) Description
two.2.1) Title
Programmable 1 MW 4Q Power Supply
Lot No
3
two.2.2) Additional CPV code(s)
- 31174000 - Power supply transformers
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Contract scope includes; supply, delivery, commissioning and ongoing support and warranty of the above equipment. Tenderers should note that the proposed site is yet to be confirmed, however it is highly probable that it will be a new site, meaning the awarded supplier will be required to cooperate with the main building contractor during the commissioning process.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.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 suppliers or installations or as extensions of existing supplies and installations.
The Contracting Authority may at it's sole discretion exercise this option.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Potential Tenderers should note that the lot referencing is a locked function on the notice and cannot be amended. Within the tender documentation, this is categorised as lot 1.3.
two.2) Description
two.2.1) Title
1MW DC Power Supply Unit (PSU)
Lot No
4
two.2.2) Additional CPV code(s)
- 31174000 - Power supply transformers
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Contract scope includes; supply, delivery, commissioning and ongoing support and warranty of the above equipment. Tenderers should note that the proposed site is yet to be confirmed, however it is highly probable that it will be a new site, meaning the awarded supplier will be required to cooperate with the main building contractor during the commissioning process.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.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 suppliers or installations or as extensions of existing supplies and installations.
The Contracting Authority may at it's sole discretion exercise this option.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Potential Tenderers should note that the lot referencing is a locked function on the notice and cannot be amended. Within the tender documentation, this is categorised as lot 2.
two.2) Description
two.2.1) Title
Small Environmental Chamber
Lot No
5
two.2.2) Additional CPV code(s)
- 38126300 - Temperature or humidity surface observing apparatus
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Contract scope includes; supply, delivery, commissioning and ongoing support and warranty of the above equipment. Tenderers should note that the proposed site is yet to be confirmed, however it is highly probable that it will be a new site, meaning the awarded supplier will be required to cooperate with the main building contractor during the commissioning process.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.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 suppliers or installations or as extensions of existing supplies and installations.
The Contracting Authority may at it's sole discretion exercise this option.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Potential Tenderers should note that the lot referencing is a locked function on the notice and cannot be amended. Within the tender documentation, this is categorised as lot 3.1.
two.2) Description
two.2.1) Title
Small Environmental Chamber (Temperature/Humidity/Pressure)
Lot No
6
two.2.2) Additional CPV code(s)
- 38126300 - Temperature or humidity surface observing apparatus
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Contract scope includes; supply, delivery, commissioning and ongoing support and warranty of the above equipment. Tenderers should note that the proposed site is yet to be confirmed, however it is highly probable that it will be a new site, meaning the awarded supplier will be required to cooperate with the main building contractor during the commissioning process.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £120,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.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 suppliers or installations or as extensions of existing supplies and installations.
The Contracting Authority may at it's sole discretion exercise this option.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Potential Tenderers should note that the lot referencing is a locked function on the notice and cannot be amended. Within the tender documentation, this is categorised as lot 3.2
two.2) Description
two.2.1) Title
Large Environmental Chamber (Temperature/Humidity/Vibration)
Lot No
7
two.2.2) Additional CPV code(s)
- 38126300 - Temperature or humidity surface observing apparatus
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Contract scope includes; supply, delivery, commissioning and ongoing support and warranty of the above equipment. Tenderers should note that the proposed site is yet to be confirmed, however it is highly probable that it will be a new site, meaning the awarded supplier will be required to cooperate with the main building contractor during the commissioning process.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.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 suppliers or installations or as extensions of existing supplies and installations.
The Contracting Authority may at it's sole discretion exercise this option.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Potential Tenderers should note that the lot referencing is a locked function on the notice and cannot be amended. Within the tender documentation, this is categorised as lot 3.3.
two.2) Description
two.2.1) Title
High Speed Dynamometer with 4Q converter and Low Speed Dynamometer with 4Q converter
Lot No
8
two.2.2) Additional CPV code(s)
- 31121110 - Power converters
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Contract scope includes; supply, delivery, commissioning and ongoing support and warranty of the above equipment. Tenderers should note that the proposed site is yet to be confirmed, however it is highly probable that it will be a new site, meaning the awarded supplier will be required to cooperate with the main building contractor during the commissioning process.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £2,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.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 suppliers or installations or as extensions of existing supplies and installations.
The Contracting Authority may at it's sole discretion exercise this option.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Potential Tenderers should note that the lot referencing is a locked function on the notice and cannot be amended. Within the tender documentation, this is categorised as lot 4.1.
two.2) Description
two.2.1) Title
High Speed & Low Speed Dynamometers with integrated 4Q converter
Lot No
9
two.2.2) Additional CPV code(s)
- 31121110 - Power converters
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Contract scope includes; supply, delivery, commissioning and ongoing support and warranty of the above equipment. Tenderers should note that the proposed site is yet to be confirmed, however it is highly probable that it will be a new site, meaning the awarded supplier will be required to cooperate with the main building contractor during the commissioning process.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.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 suppliers or installations or as extensions of existing supplies and installations.
The Contracting Authority may at it's sole discretion exercise this option.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Potential Tenderers should note that the lot referencing is a locked function on the notice and cannot be amended. Within the tender documentation, this is categorised as lot 4.2.
two.2) Description
two.2.1) Title
High Speed Dynamometer with 4Q converter and Low Speed Eddy Current Dynamometer
Lot No
10
two.2.2) Additional CPV code(s)
- 31121110 - Power converters
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Contract scope includes; supply, delivery, commissioning and ongoing support and warranty of the above equipment. Tenderers should note that the proposed site is yet to be confirmed, however it is highly probable that it will be a new site, meaning the awarded supplier will be required to cooperate with the main building contractor during the commissioning process.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £1,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.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 suppliers or installations or as extensions of existing supplies and installations.
The Contracting Authority may at it's sole discretion exercise this option.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Potential Tenderers should note that the lot referencing is a locked function on the notice and cannot be amended. Within the tender documentation, this is categorised as lot 4.3.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B.5.1A - the Tenderer must maintain Professional Risk Indemnity insurance in the sum of not less than GBP2,000,000 in respect of any one incident and unlimited as to numbers of claims.
4B.5.1b - the Tenderer must maintain Employer's (Compulsory) Liability insurance in the sum of not less than GBP10,000,000 in respect of any one incident and unlimited as to numbers of claims.
4B.5.2 - the Tenderer must maintain Public Liability insurance in the sum of not less than GBP10,000,000 in respect of any one incident and unlimited as to numbers of claims.
4B.5.2 - the Tenderer must maintain Product Liability insurance in the sum of not less than GBP10,000,000 in respect of any one incident and unlimited as to numbers of claims.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2 Bidders will be required to provide five (5) examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 203-494845
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 February 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 February 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 37890. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Bidders will be required to provide community benefits as part of this procurement exercise.
(SC Ref:640566)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland)Regulations 2015 (SSI2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.