Tender

Supply and Delivery of a Laser Metal Deposition System

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2021/S 000-012444

Procurement identifier (OCID): ocds-h6vhtk-02b80e

Published 3 June 2021, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

40 George Street, Procurement Department

Glasgow

G1 1QE

Contact

Kirstie Peffers

Email

kirstie.peffers@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.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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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 and Delivery of a Laser Metal Deposition System

Reference number

UOS-20546-2021

two.1.2) Main CPV code

  • 38636110 - Industrial lasers

two.1.3) Type of contract

Supplies

two.1.4) Short description

The National Manufacturing Institute of Scotland (NMIS) requires a Laser Metal Deposition System (LMD), the LMD required must be a turn key solution capable of handling feedstock in the form of both wire and powder.

two.1.5) Estimated total value

Value excluding VAT: £1,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38636100 - Lasers
  • 38636110 - Industrial lasers

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The National Manufacturing Institute of Scotland (NMIS) require a Laser Metal Deposition System (LMD). A high level overview of the requirement is provided below:

1. The LMD must be a turn key solution capable of handling feedstock in the form of both wire and powder

2. The offered LMD system must have solid state fibre laser with capability for performing additive manufacturing, Cladding/deposition, localised surface treatment applications.

3. The offered LMD system must be capable of of providing output power ranging from 800 W to 8 kW (peak power) measurable at the workpiece (or metallic substrate).

4. The offered LMD system must be a simultaneous 5 axis system with controller and functional using CAM programming packages

5. The offered LMD system must have a closed loop process control and monitoring capability.

6. The selected supplier is expected to carry out a SAT and deliver the equipment to the AFRC / NMIS

7. The offered Turnkey LMD system must comply to all H&S regulations for the technologies (i.e laser proof viewing window, etc.)

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

30

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 2million GBP for the last 3 years.

4B.5.1-4B.5.3 - 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:

The Contractor shall maintain in force with reputable insurers

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

Public Liability Insurance = 10million GBP

Professional Liability Insurance = 2million GBP

In respect of any one incident and unlimited as to numbers 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 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/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 three (3) examples of supplying, delivering, commissioning and supporting a Laser Metal Deposition System, as stated within the contract notice, over the last five (5) 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

6 July 2021

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

6 July 2021

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 18867. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:655834)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Pl

Glasgow

G5 9TW

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015(SSI2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.