Awarded contract

Eden Campus - Dry Room Facility for ACMF Project

  • University of St Andrews

F03: Contract award notice

Notice reference: 2021/S 000-001741

Published 28 January 2021, 1:16pm



Section one: Contracting authority

one.1) Name and addresses

University of St Andrews

The Old Burgh School, Abbey Walk

St Andrews

KY16 9LB

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/staff/money/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00111

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

Eden Campus - Dry Room Facility for ACMF Project

Reference number

CHM/080720B/JI/SL

two.1.2) Main CPV code

  • 44211100 - Modular and portable buildings

two.1.3) Type of contract

Supplies

two.1.4) Short description

We require a dry room, capable of housing lithium- and sodium-ion battery production. The dry room will sit within a modular building.

Required components:

- Dry space with dimensions of at least 8 m x 12 m and 2.65 m height

- Airlock with floor space of least 2 m x 2 m, this can be within the dry space footprint or adjoining and include a ‘traffic-light’ system to control entry to the dry space

- A maximum dew point of -40°C, preferably -50oC

- External equipment access door with dimensions of 2 m x 2 m

- Number of People = 3

- Lighting level 600lux @ 1m

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: £576,345

two.2) Description

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

Dry Room Facility

We require a dry room, capable of housing lithium- and sodium-ion battery production. The dry room will sit within a modular building.

Required components:

- Dry space with dimensions of at least 8 m x 12 m and 2.65 m height

- Airlock with floor space of least 2 m x 2 m, this can be within the dry space footprint or adjoining and include a ‘traffic-light’ system to control entry to the dry space

- A maximum dew point of -40°C, preferably -50oC

- External equipment access door with dimensions of 2 m x 2 m

- Number of People = 3

- Lighting level 600lux @ 1m

Due to the moisture sensitivity of advanced battery chemistries, a high-quality dry room is vital. The dry room will enable the development of new battery chemistries and production methods. It is highly desirable that the dry room should reliably sustain an ultra-low dew point with an occupancy of up to three. The dry room should feature airlock access for personnel and portable equipment, providing a small area for staff to change into PPE. A cleanliness level in line with ISO7 would be desirable.

We envisage the enclosure of the dry room inside a modular building. The dry room may also require to be relocated at a future point; therefore, this capability should be referenced in the tender submission. Portakabin recently installed such a building within the University of St Andrews. Prior experience to installation within modular buildings, including a willingness to work together with building contractors, would be advantageous.

The dry room should be equipped to support an array of battery manufacturing equipment. We will require an external access door to install or remove equipment. The dry room should include services such as exhaust handling, suitable power outlets (up to 10 three phase outlets and regular 220 V power sockets), and compressed air and argon lines. You should consider these in your design and estimated cost, and we will confirm exact numbers and types during final specification.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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.2.14) Additional information

All tenders for the University of St Andrews are administered through our eTendering System (InTend).To Express an Interest please go tou 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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 133-328059


Section five. Award of contract

Contract No

EXE/080720B/JI/SL

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 January 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: 1

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

Munters Ltd

knowledge Centre, great north road,, wyboston Lakes

bedfordshire

mk443by

Telephone

+44 07900277448

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
The contractor is an SME

Yes

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

Total value of the contract/lot: £576,345


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 tou 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:642446)

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

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.