Opportunity

PNDC Propulsion & Power Train Accelerator

  • University of Strathclyde

F02: Contract notice

Notice reference: 2021/S 000-000337

Published 8 January 2021, 10:56am



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

40 George Street, Procurement Department

Glasgow

G1 1QE

Email

david.waddell@strath.ac.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.strath.ac.uk/

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.