Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
McCance Building, 16 Richmond Street
Glasgow
Contact
Jemma Wylie
Telephone
+44 7811592949
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
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 Commissioning of a Cryogenic Measurement Chamber
Reference number
UOS-26907-2023
two.1.2) Main CPV code
- 31161200 - Gas cooling systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Electronic and Electrical Engineering Department within the University of Strathclyde require a sole supplier to supply, deliver and commission a Cryogenic Measurement Chamber for characterising the performance of superconductors.
two.1.5) Estimated total value
Value excluding VAT: £250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 42500000 - Cooling and ventilation equipment
- 45331230 - Installation work of cooling equipment
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The Electronic and Electrical Engineering Department within the University of Strathclyde require a sole supplier to supply, delivery and commission a Cryogenic Measurement Chamber to be used to characterise the performance of superconductors.
The measurement chamber requires a background magnetic field of 8 T. The chamber diameter is larger than 80 mm, with a temperature down to 20 K. Current leads to the chamber requires current leads larger than 800 A.
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
24
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 its 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
two.2.14) Additional information
Economic operators may be excluded from the competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the ITT contained on the PCS-Tender project relevant to the procurement and the other Tender documents for further information.
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
4B.5.1- 4B.5.3
Minimum level(s) of standards possibly required
4B1.2 Bidders are required to have an average yearly turnover of a minimum of 350,000.00 GBP for the last 3 years.
4B.5.1 – 4B.5.3 It is a requirement of this contract that bidders can hold or commit to obtain prior to the commencement of any
subsequently awarded contract, the types of insurance indicated below
Employer’s (Compulsory) Liability Insurance = 10,000,000.00 GBP
Public and Product Liability Insurance = 10,000,000.00 GBP
Professional Risk Indemnity Insurance = 2,000,000.00 GBP
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
4C.1.2
4D.1
Minimum level(s) of standards possibly required
4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in par II.2.4 of the Contract Notice or the relevant section of the Site Notice.
4D.1 The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or their own documented policy Or documented process demonstrating arrangements for ensuring H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. This must provide details of the arrangements for H&S management that are relevant to the nature and scales of the requirement .
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
31 May 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
31 May 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24025. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:729712)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
Country
United Kingdom