Contract

University of St Andrews: LOCATE Power Train Test Bed - Test Equipment

  • University of St Andrews

F03: Contract award notice

Notice identifier: 2022/S 000-000923

Procurement identifier (OCID): ocds-h6vhtk-02c5a4

Published 12 January 2022, 4:55pm



Section one: Contracting authority

one.1) Name and addresses

University of St Andrews

Walter Bower House, Eden Campus

Guardbridge

KY16 0US

Contact

Adrian Wood

Email

procurement@st-andrews.ac.uk

Telephone

+44 1334462523

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

http://www.st-andrews.ac.uk/procurement/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

University of St Andrews: LOCATE Power Train Test Bed - Test Equipment

Reference number

CHM/080721/MS/SL

two.1.2) Main CPV code

  • 33952000 - Transport equipment and auxiliary products to transportation

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Low Carbon Transport Applications Centre (LOCATE) project will provide a first of type Power Train Test bed for zero emissions heavy and niche vehicles in a brownfield site at Michelin Scotland Innovation Parc (MSIP) in Dundee.

dynamometer configuration to perform long-term endurance testing of HDV and power trains of differing dimensions and drive axles.

- On-site access to Hydrogen fuel supply to allow for fuel cell testing.

- DC power supply to allow for system level testing on the device-under-test.

- Unified control set-up to replicate realistic long-term load cycles for the system, with load variations at individual wheel hubs possible.

- Fuel Cell air intake temperature and humidity control for operation de-risk.

- Configurable Air-conditioning for drive and system assembly, allowing for thermal testing of subsystems and cooling systems.

- High fidelity data-logging for off-site analysis of key parameters (also from device under test).

Please see ITT documents for full requirements.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,148,045

two.2) Description

two.2.2) Additional CPV code(s)

  • 38424000 - Measuring and control equipment

two.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

UK-St Andrews

two.2.4) Description of the procurement

The Low Carbon Transport Applications Centre (LOCATE) project will provide a first of type Power Train Test bed for zero emissions heavy and niche vehicles in a brownfield site at Michelin Scotland Innovation Parc (MSIP) in Dundee.

A summary of the functions identified as key components are listed below, and these are explored in more detail in the functional specification document. The contents of this document are technical requirements that the team have been able to determine based on the functional requirements and the available facilities at MSIP.

Functional Requirements:

- Modular dynamometer configuration to perform long-term endurance testing of HDV and power trains of differing dimensions and drive axles.

- On-site access to Hydrogen fuel supply to allow for fuel cell testing.

- DC power supply to allow for system level testing on the device-under-test.

- Unified control set-up to replicate realistic long-term load cycles for the system, with load variations at individual wheel hubs possible.

- Fuel Cell air intake temperature and humidity control for operation de-risk.

- Configurable Air-conditioning for drive and system assembly, allowing for thermal testing of subsystems and cooling systems.

- High fidelity data-logging for off-site analysis of key parameters (also from device under test).

Equipment Requirements include:

-Test Cell Bed Plate

-Dynamometer Units

-Dynamometer Control

-Data Acquisition

-Drivetrain Mounting

-DC Power Supply/Battery Emulator

-Hydraulic System Load Emulation

-Vehicle Emulator

-Training and Support

Please see ITT Documents for full requirements.

-

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Cost criterion - Name: Cost / Weighting: 25

two.2.11) Information about options

Options: Yes

Description of options

Future requirements may be determined by project development.

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

All tenders for the University of St Andrews are administered through our eTendering System (InTend).To Express an Interest please go to our tender website at https://intendhost.co.uk/universityofstandrews

Please note that 'Notes of Interest' placed via PCS (Public Contracts Scotland) are not automatically accepted


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: 2021/S 000-015922


Section five. Award of contract

Contract No

CHM/080721/JI/SL

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 December 2021

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

AVL United Kingdom Limited

Avon House, Hartlebury trading estate

Hartlebury

DY10 4JB

Telephone

+44 7850976510

Country

United Kingdom

NUTS code
  • UKG12 - Worcestershire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £3,148,045


Section six. Complementary information

six.3) Additional information

All tenders for the University of St Andrews are administered through our eTendering System (InTend).To Express an Interest please go to our tender website at https://intendhost.co.uk/universityofstandrews

Please note that 'Notes of Interest' placed via PCS (Public Contracts Scotland) are not automatically accepted

(SC Ref:679324)

six.4) Procedures for review

six.4.1) Review body

Dundee Sheriff Court

6 West Bell Street

Dundee

DD1 9AD

Telephone

+44 1382229961

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The University of St Andrews will incorporate a minimum of 10 calendar day standstill period at the point of information on the award of the contract being communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from The University of St Andrews.

If an appeal regarding the award of contract has not been successfully resolved The Public Contracts (Scotland) Regulations 2012 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session.

The anticipated review body in such cases would be:

Dundee Sheriff Court

6 West Bell Street

Dundee

DD1 9AD

Telephone: +44 1382 229 961

Anyone bringing court proceedings against the University of St Andrews must inform the University of St Andrews in advance of the alleged breach and its intention to bring proceedings. Any such action must be brought within 15 days of the date on which a decision is sent to them or published to challenge that decision.

Proceedings seeking an ineffectiveness order must be brought within 30 days of the publication of the contract award notice in the OJEU, or 30 days from the date of a decision letter to all tenderers concerned, and any candidates concerned, containing a summary of the reason for the recipient being unsuccessful, otherwise 6 months from the date of entering into the contract or concluding the framework agreement.

Where a contract has not been entered into the Court may, by interim order, suspend the procurement procedure. The court may also set aside a decision or actions taken by the University or order it to amend and document; and/or award damages. However, by express requirement the court may decide not to grant an interim order when the negative consequences of such an order are likely to outweigh the benefits, having regard to a number of considerations.

If the contract has been entered into the Court may, depending on the nature of the breach: make an ineffectiveness order; impose a financial penalty; shorten the duration of the contract; make any other order considered appropriate to address the consequences of ineffectiveness or shortening the duration or the contract; award damages.