Section one: Contracting authority
one.1) Name and addresses
Centre for Process Innovation Limited
Wilton Centre
Redcar
TS10 4RF
Telephone
+44 1642455340
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30305
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/uk-cpi/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/uk-cpi/aspx/Home
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Technology Development
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Integrated Carbon Monitoring and Building Control Solution
Reference number
2753
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
This tender is for the delivery of a Integrated Carbon Monitoring and Building Control Solution. This tender is split into 4 lots which are as follows.
Lot 1 – OT Hardware to connect manufacturing assets
Lot 2 – Hardware to connect existing building assets to a carbon monitoring solution
Lot 3 – Software to integrate/integration of data from MMIC systems to a carbon monitoring dashboard
Lot 4 – Software to monitor carbon usage
Please download the tender documents on https://in-tendhost.co.uk/uk-cpi/ for more information.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
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
OT Hardware to connect manufacturing assets
Lot No
1
two.2.2) Additional CPV code(s)
- 72100000 - Hardware consultancy services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
This lot is to provide OT Hardware to connect manufacturing assets. For more information please refer to the tender documentation.
two.2.5) Award criteria
Quality criterion - Name: Qualifications and Experience / Weighting: 30
Quality criterion - Name: URB Response / Weighting: 25
Quality criterion - Name: Delivery Timescales and Timing Plan / Weighting: 15
Quality criterion - Name: Partnership and Added Value / Weighting: 5
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
two additional 12 months period extension options
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
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) Description
two.2.1) Title
Hardware to connect existing building assets to a carbon monitoring solution
Lot No
2
two.2.2) Additional CPV code(s)
- 72100000 - Hardware consultancy services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
This lot is to provide Hardware to connect existing building assets to a carbon monitoring solution. For more information please refer to the tender documentation.
two.2.5) Award criteria
Quality criterion - Name: Qualifications/Experience / Weighting: 30
Quality criterion - Name: URB Response / Weighting: 25
Quality criterion - Name: Delivery Timescales and Timing Plan / Weighting: 15
Quality criterion - Name: Partnership and Added Value / Weighting: 5
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
two additional 12 months period extension options
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
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) Description
two.2.1) Title
Software to integrate/integration of data from MMIC systems to a carbon monitoring dashboard
Lot No
3
two.2.2) Additional CPV code(s)
- 48100000 - Industry specific software package
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
This lot is to provide Software to integrate/integration of data from MMIC systems to a carbon monitoring dashboard. For more information please refer to the tender documentation.
two.2.5) Award criteria
Quality criterion - Name: Qualifications/Experience / Weighting: 30
Quality criterion - Name: URB Response / Weighting: 25
Quality criterion - Name: Delivery Timescales and Timing Plan / Weighting: 15
Quality criterion - Name: Partnership and Added Value / Weighting: 5
Price - Weighting: 25
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
two additional 12 months period extension options
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
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) Description
two.2.1) Title
Software to monitor carbon usage
Lot No
4
two.2.2) Additional CPV code(s)
- 48100000 - Industry specific software package
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
This lot is to provide Software to monitor carbon usage. For more information please refer to the tender documentation.
two.2.5) Award criteria
Quality criterion - Name: Qualifications/Experience / Weighting: 30
Quality criterion - Name: URB Response / Weighting: 25
Quality criterion - Name: Delivery Timescales and Timing Plan / Weighting: 15
Quality criterion - Name: Partnership and Added Value / Weighting: 5
Price - Weighting: 25
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
two additional 12 months period extension options
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 4
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
16 February 2023
Local time
12:00pm
Changed to:
Date
23 February 2023
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
16 February 2023
Local time
12:30pm
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
(SC Ref:719244)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
Sheriff Clerk's Office PO Box 23 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom