Contract

School of Chemistry: Refinery Gas Analysers and GC x GC

  • University of St Andrews

F03: Contract award notice

Notice identifier: 2024/S 000-013942

Procurement identifier (OCID): ocds-h6vhtk-041180

Published 30 April 2024, 4:30pm



Section one: Contracting authority

one.1) Name and addresses

University of St Andrews

Walter Bower House, Eden Campus

Guardbridge

KY16 0US

Contact

Adrian Wood

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/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

School of Chemistry: Refinery Gas Analysers and GC x GC

Reference number

CHM/031123/PW/SL

two.1.2) Main CPV code

  • 38434000 - Analysers

two.1.3) Type of contract

Supplies

two.1.4) Short description

The core objective of the project this equipment will facilitate is to establish the fundamental science component of a new Power-to-Liquids facility at the University of St Andrews' Eden campus.

To achieve this, we seek to procure via this Procurement exercise:

(i) 2 x Refinery gas analysers (RGA) that provide a complete solution for the separation of mixtures of various hydrocarbons, permanent gases, and sulfur compounds. The RGAs will be integrated with 2 reactor units for continuous in-line analysis of reactor tail gas.

(ii) 2-Dimensional Gas Chromatograph that enables detailed analysis of complex liquid product mixtures.

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: £162,566.63

two.2) Description

two.2.2) Additional CPV code(s)

  • 38432210 - Gas chromatographs

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

Requirements

All items are considered as a single package

1.1. 2 x Refinery Gas Analysers

The RGAs will be used to determine catalyst performance through continuous in-line analysis of tail gas on each reactor unit. The following specifications are required:

- Simultaneous detection of hydrocarbons (up to C14), permanent gases, and hydrogen with a single injection.

- Heat traced up to point of injection. The RGA’s will be used for hot tail gas analysis with heating tracing (180 C) up to the reactor sampling point.

- Flameout detection and automatic reignition

- Workstation and software

1.2. 2D GC

The 2D GC will be employed for detailed analysis of complex liquid product mixtures. The following specifications are required:

- Quantitative analysis of complex hydrocarbon mixtures containing alkanes, alkenes and oxygenates up to C100. For reference, the work reported by Partington et al, Journal of Analytical Science and Technology (2020) 11:42, https://doi.org/10.1186/s40543-020-00235-5, gives a good overview of product slates likely to be encountered. We anticipate a high degree of branched hydrocarbons, which will further complicate product separation.

- Mass spec detection

- Workstation and software

1.3. Sustained Operation

Costs for servicing and maintenance contracts for 4 years beyond the warranty period shall be provided and will cover:

- Annual preventive maintenance visit.

- Access to telephone and email support during office hours.

- Service visits (travel and labour).

- Service parts.

Expected response time from receiving the enquiry should also be included.

1.4. Documentation

System documentation will be delivered in the following form;

- 1 x Paper Copy

- 1 x Electronic Copy (USB-Stick)

The documentation shall include, but not be limited to;

- Calibration reports and certificates where applicable

- Functional test reports

- User manual(s)

- UKCA marking & documentation

- Training at customer site

- Delivery under Incoterms 2010 DAP, St Andrews University, UK

Please see tender documents for full details.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / 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 to 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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-032536


Section five. Award of contract

Contract No

CHM/031123/PW/SL

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 February 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

JSB UK and Ireland Ltd.

Suite G5, The Innovation Centre, 1 Devon Way

Birmingham

B31 2TS

Telephone

+44 1628854565

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
The contractor is an SME

Yes

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

Total value of the contract/lot: £162,566.63


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 to 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:765309)

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

The University of St Andrews will incorporate a minimum of 10 calendar day standstill period at the point of information on the award of the contract being communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from The University of St Andrews.

If an appeal regarding the award of contract has not been successfully resolved The Public Contracts (Scotland) Regulations 2012 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session.

The anticipated review body in such cases would be:

Dundee Sheriff Court

6 West Bell Street

Dundee

DD1 9AD

Telephone: +44 1382 229 961

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.