Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
Contact
Natasha Murray
Telephone
+44 1415484451
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
The Supply and Delivery and Installation of an Industry 4.0 Demonstrator
Reference number
UOS-22362-2021
two.1.2) Main CPV code
- 42000000 - Industrial machinery
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Contracting Authority seeks to undertake a tender exercise to secure supplier(s) to supply, deliver and commission an Industry 4.0 demonstrator that will show the latest technologies in automation, robotics and digital connectivity to allow the successful adoption of the technologies by UK Manufactures.
two.1.5) Estimated total value
Value excluding VAT: £720,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 51430000 - Installation services of laboratory equipment
- 42000000 - Industrial machinery
- 42900000 - Miscellaneous general and special-purpose machinery
- 51510000 - Installation services of general-purpose machinery and equipment
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 Contracting Authority seeks to secure supplier(s) to supply, deliver and commission an Industry 4.0 demonstrator. The Contracting Authority anticipates awarding a contract to up to the top six (6) ranked evaluated Tenderers. The Contracting Authority at its entire discretion will reserve the right to award the contract to one (1) supplier, to multiple suppliers or to award the Contract in whole or in part.The Contracting Authority reserves the right to abandon the tender process prior to award. Given that the University seeks to obtain multiple demonstrators, suppliers intending to submit a bid must ensure their equipment will not occupy the full footprint of 10m by 10m detailed within the specification. In addition, potential suppliers shall note that their offered equipment must not exceed the value of 240,000.00 GBP. The value is set to ensure the budget will allow the purchase of multiple demonstrators under the contract. A decision on the number of suppliers to be awarded via this contract will be based on, the evaluation of tenderers against the published evaluation criteria, as well as the availability of space for individual demonstrators. The Contracting Authority requires a supplier that can fulfill the below non-exhaustive list of requirements:
-The offered equipment must be installed and commissioned at NMIS by the awarded supplier(s).
- The offered equipment must include automated elements such as movement of demonstration components and or similar.
-Remote access to live web-based dashboards for NMIS staff will be enabled.
- All data acquired and visualised within the demonstrator will be real data and will not be simulated or pre-generated virtually.
-The awarded supplier will be required to support the University by assisting in the demonstration of the offered solution at a minimum of one (1) industry event.
-The awarded supplier must provide, as a minimum, a thirty-six (36) month warranty on goods, inclusive of all parts, labour and shipping costs.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
38
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 480,000.00 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.2.2) Time limit for receipt of tenders or requests to participate
Date
23 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
23 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 20472. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:680657)
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