Opportunity

Supply, Delivery and Installation of a Linear Hammer Forge

  • University of Strathclyde

F02: Contract notice

Notice reference: 2022/S 000-001871

Published 21 January 2022, 2:45pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

40 George Street, Procurement Department

Glasgow

G1 1QE

Contact

Natasha Murray

Email

natasha.murray@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/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Supply, Delivery and Installation of a Linear Hammer Forge

Reference number

UOS-22042-2021

two.1.2) Main CPV code

  • 42900000 - Miscellaneous general and special-purpose machinery

two.1.3) Type of contract

Supplies

two.1.4) Short description

The University of Strathclyde requires a suitably qualified supplier to supply, deliver and install a linear electric hammer that is suitable for the controlled hot forging of low strength metal alloys (e.g. aluminium alloys) through to high strength metals (such as HSLA steels, nickel superalloys and titanium alloys).

two.1.5) Estimated total value

Value excluding VAT: £1,100,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 42000000 - Industrial machinery

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

National Manufacturing Institute of Scotland

two.2.4) Description of the procurement

The University requires the supply, delivery and installation of a linear hammer forge at the National Manufacturing Institute of Scotland (NMIS).

Hammer closed die forging will provide the University with a unique ability to convert a range of new alloys either powder-derived or ingots into forged profiles and demonstrator parts. A state-of-the-art electric hammer does not currently exist in a UK research establishment. The machine will be situated in the Advanced Forming Research Centre (AFRC), a specialist centre within the National Manufacturing Institute Scotland (NMIS) and will be a unique, key strategic piece of equipment in NMIS. The equipment will be utilised in a range of research projects ranging from novel alloy forging, recycled/revert billets and to conventional forging alloys.

While the press will be housed at NMIS it will be made available to both academic and industrial partners across the whole of the United Kingdom. The University seeks a supplier that can fulfill the below non-exhaustive list of technical requirements:

- The offered equipment must demonstrate hammer energy capacity of at least 20 kJ with the ability to set the blow strength in a range anywhere between 5% to 100% of the energy capacity.

- The supplier is required to provide drawings and 3d models of tooling, equipment assemblies and foundations. These must be provided in a standard format (for example; STEP, DWG, ASSEMBLY).

-The offered equipment will have the ability to view, measure and record all process parameters; for example the forging loads and anvil/tup travel and speed.

- The awarded supplier must provide, as a minimum, a twelve (12) month warranty on goods, inclusive of all parts, labour and shipping costs. The warranty must include any critical software updates or remediations free of charge.

- The awarded supplier must arrange for the delivery of the offered equipment to NMIS.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,100,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

22

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 supplies 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


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.1.2 Bidders will be required to have an average yearly turnover of a minimum of 2,500,000.00 GBP for the last 3 years.

4B.5.1a - 4B.5.3 Insurances

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded:

contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = 10m GBP

Public and Product Liability Insurance = 10m GBP

Professional Risk Indemnity Insurance = NOT USED

In respect of any one incident and unlimited as to number of claims, and adequate insurances covering all the Contractor's other liabilities in terms of the Contract.

three.1.3) Technical and professional ability

List and brief description of selection criteria

4.C 1.2. Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

Please provide a minimum of three (3) examples of experience of supply and delivery of the equipment as detailed within the specification over the last three (3) years.


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 000-027086

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 February 2022

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

21 February 2022

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19958. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:679798)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Pl

Glasgow

G5 9DA

Telephone

+141 4298888

Country

United Kingdom