Opportunity

River, Estuary and Coastal Resilient Infrastructure Testing Flume

  • University of Southampton

F02: Contract notice

Notice reference: 2023/S 000-014453

Published 22 May 2023, 11:01am



The closing date and time has been changed to:

6 July 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

University of Southampton

Building 37, Highfield Campus, University Road

Southampton

SO17 1BJ

Contact

Amy Taylor

Email

procurement@soton.ac.uk

Telephone

+44 2380595000

Country

United Kingdom

NUTS code

UKJ32 - Southampton

UK Register of Learning Providers (UKPRN number)

10007158

Internet address(es)

Main address

http://www.southampton.ac.uk

Buyer's address

https://in-tendhost.co.uk/universityofsouthampton/aspx/Home

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/universityofsouthampton

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/universityofsouthampton/aspx/Home

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

River, Estuary and Coastal Resilient Infrastructure Testing Flume

Reference number

2022UoS-0617

two.1.2) Main CPV code

  • 38420000 - Instruments for measuring flow, level and pressure of liquids and gases

two.1.3) Type of contract

Supplies

two.1.4) Short description

This purchase is for a River, Estuary and Coastal Resilient Infrastructure Testing Flume which is to be installed and commissioned into the University's Future Towns Innovation Hub flume laboratory.

The new flume will be used primarily for research purposes and secondarily for external users. The proposed equipment will support funded research areas in ecohydraulics, water engineering, hydraulic and coastal engineering, and marine energy.

two.1.5) Estimated total value

Value excluding VAT: £2,300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ32 - Southampton
Main site or place of performance

Chilworth, Hampshire, UK

two.2.4) Description of the procurement

This purchase is for a River, Estuary and Coastal Resilient Infrastructure Testing Flume which is to be installed and commissioned into the University's Future Towns Innovation Hub flume laboratory.

The University is conducting this procurement using the Open procedure in accordance with the requirements of the Regulations for the purpose of procuring the goods described in the Specification. The University proposes to enter into a contract of up to 6 years with the successful tenderer.

This will comprise of a warranty period of 2 years following an estimated delivery lead time of 12 months. There will then be the option to extend the warranty and servicing by a further 3-year period subject to the discretion of the University.

The contract will be effecting on signing. The term of the warranty will run for 2 years from the date of the acceptance of the goods by the University.

The estimated value of the contract is £2,300,000.00 GBP excluding VAT. Whilst tenderers are expected to provide a tender that falls within this budget, for the benefit of doubt, the University reserves the right to automatically exclude any tenderers whose tender exceeds this figure. All related components, delivery, installation, commissioning, training, services and warranties MUST be included within the proposal.

The total estimated value of this contract takes into account the estimated value of extending the service and maintenance contract up to an additional three years.

Details of current expenditure or potential future uptake are given as a guide based on past purchasing and current planning to assist you in the preparation of your Tender. They should not be interpreted as an undertaking to purchase any goods or services to any value and do not form part of the Contract.

two.2.5) Award criteria

Quality criterion - Name: Mandatory Technical Requirements / Weighting: Pass/Fail

Quality criterion - Name: Desirable Technical Requirements / Weighting: 50%

Quality criterion - Name: Training Requirements / Weighting: 10%

Quality criterion - Name: Implementation Requirements / Weighting: 10%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £2,300,000

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

Duration in months

72

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: No

two.2.14) Additional information

This contract is NOT suitable for splitting into lots. The risk of dividing the requirement into Lots would render the execution of the contract excessively technically difficult, not cost effective and would undermine proper execution of the contract.


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

To support the financial assessment, the University will obtain a Business Risk Report for all Tenderers and every organisation that is being relied on to meet this procurement, using an independent company called Creditsafe.

The University reserves the right to exclude a Tenderer or request provision of further assurances such as parent company/bank guarantee or performance bonds where a Tenderer's Business Risk Score is: "Moderate Risk"; "High Risk"; "Very High Risk"; or "Not Rated", based on the rating provided by Creditsafe

Where a Business Risk Score from our external system is not available, then an alternative method of assessing financial standing will be used. This method is detailed within the Invitation to Tender document set.

Minimum level(s) of standards possibly required

Tenderers are advised that a requirement of this procurement is to have in place, or commit to obtain prior to the commencement of the contract, the following minimum insurance levels:

Employers (Compulsory) Liability: £10 million GBP per occurrence

Public Liability: £10 million GBP per occurrence

Product Liability: £10 million GBP per occurrence and in aggregate

Professional Indemnity Insurance: £5 million GBP per occurrence

three.1.3) Technical and professional ability

List and brief description of selection criteria

Tenderers attention is drawn to the MANDATORY requirements of the award criteria:

- Mandatory Technical Requirements M1-M24

- Grounds for mandatory exclusion

- Grounds for discretionary exclusion

- Economic and Financial Standing

- Insurance

- Compliance with equality legislation

- Health and Safety - Control of Contractors Health & Safety (CC3) Form


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: No

four.2) Administrative information

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

Originally published as:

Date

29 June 2023

Local time

12:00pm

Changed to:

Date

6 July 2023

Local time

12:00pm

See the change notice.

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

29 June 2023

Local time

12:01pm


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

E-Tendering Portal: The University is utilising an electronic tendering tool, In-Tend (https://intendhost.co.uk/ universityofsouthampton) to manage this procurement and to communicate with tenderers (as appropriate).

All documentation in relation to this tender can be downloaded from In-Tend.

Tenderers are advised that there will be no hard copy documents issued and all communications with the University, including the submission of Invitation to Tender responses will be conducted via In-Tend.

Regular monitoring of the portal is the responsibility of the tenderer.

If you are not already registered as a supplier with the University of Southampton, you will need to register in In-Tend in order to access the procurement documentation.

Once you have logged in as a supplier: click on 'Tenders'; locate the relevant project; and click 'View Details'. Once you are in the project screen, you will be able to register your organisation against the project and access all documentation by clicking 'Express Interest'.

Tenderers are advised that formal expressions of interest in the project must be by way of completion and return of the relevant documents via In-Tend.

Further instructions for the submission of responses are below:

To submit your return:

1. Log in

2. Click 'Tenders'

3. Locate the relevant project

4. View details

5. Click on the tab relating to the relevant project stage (e.g. 'Invitation to Tender')

6. Click on the 'Attach Documents' button and upload your return.

7. Check ALL your response documents are uploaded and displayed in the 'My Tender Return' panel. The system will only permit your organisation to make one return.

8. Click the red 'Submit Return' button.

Please note, to preserve the integrity of the procurement, all communications with the University must be made via the correspondence function within In-Tend.

Publication of Award Details: In accordance with Regulation 50, paragraph (2) of the Public Contracts Regulations 2015 and subject to Article 5 and Annex 5, Part D (13) of Directive 2014/24/EU of the European Parliament and of the Council (if applicable), the University intends to publish the value of any resulting contract at the award stage, and reserves the right to do so. By submitting a response, potential suppliers/tenderers are consenting to publication of this information unless otherwise agreed in advance with the University.

Costs and Expenses: Tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances will the University be liable for any costs or expenses borne by tenderers or any of their supply chain, partners or advisers in this procurement process.

The University is not liable for any costs in the event of the cancellation of this procurement process.

six.4) Procedures for review

six.4.1) Review body

University of Southampton

Southampton

Country

United Kingdom