Tender

Hydraulic servicing and repairs for The National Manufacturing Institute of Scotland (NMIS)

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2024/S 000-014747

Procurement identifier (OCID): ocds-h6vhtk-04581c

Published 8 May 2024, 4:45pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

McCance Building, 16 Richmond Street

Glasgow

G1 1XQ

Contact

Natasha Murray

Email

natasha.murray@strath.ac.uk

Telephone

+44 7811592949

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.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

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

Hydraulic servicing and repairs for The National Manufacturing Institute of Scotland (NMIS)

Reference number

UOS- 31958-2024

two.1.2) Main CPV code

  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery

two.1.3) Type of contract

Services

two.1.4) Short description

The University of Strathclyde (Contracting Authority), on behalf of the National Manufacturing Institute of Scotland (NMIS) seeks to undertake a tender exercise to secure a supplier to undertake ongoing and scheduled hydraulic servicing and repairs to relevant equipment at NMIS' facilities. The Contracted supplier will be responsible for ensuring compliance with all relevant guidance and legislation as well as the University’s policy and procedures. The successful supplier will be responsible for all maintenance, labour, spare parts and replacements. In addition, the appointed

supplier will be responsible for emergency call outs and out of hours work when required.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38540000 - Machines and apparatus for testing and measuring
  • 31640000 - Machines and apparatus with individual functions
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 71632200 - Non-destructive testing services
  • 38430000 - Detection and analysis apparatus

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

National Manufacturing Institute of Scotland

two.2.4) Description of the procurement

The Contracting Authority seeks to conduct an open tender above the Agreement on Government Procurement (GPA) threshold for services related to ongoing and schedule equipment servicing and repairs. The Contract duration is anticipated to be for a period of twenty-four (24) months. The Contracting Authority requires a supplier that can fulfil the below non-exhaustive list of requirements:

1 The Supplier must carry out an initial audit of the equipment to create a bill of materials and part register. Inclusive of an inspection, the

Supplier must establish the current condition of all hydraulics in the first instance and provide NMIS personnel with recommendations.

2 The Supplier must create a critical parts list detailing potential lead times and

costs for replacements and expected lifespan of the parts.

3 The awarded Supplier will carry out an assessment of any new equipment and add it to the existing register and tag accordingly.

4 The awarded Supplier shall offer replacement parts that are new and like for like brand or agreed equivalent with workshop manager.

5 The Supplier should hold ISO14001 Environmental.

6 The Supplier must hold ISO9001 for Quality.

7 The Supplier must hold OHSAS18001.

8 Maintenance reports must be created and sent to the AFRC after each visit

including oil sampling within 3 weeks after the visit.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Cost / Weighting: 50

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Contracting Authority shall include for x2 12-month extensions as part of the Contract.

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.1.1 Bidders will be required to have an average yearly turnover of a minimum of 6000,000.00 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 = 2m GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

Quality Management Schemes: Bidders must hold the following and provide evidence upon request by the Contracting Authority:

ISO14001 Environmental standard (or equivalent)

ISO45001 Health & Safety or OHSAS18001 standard.

ISO9001 Quality standard (or equivalent)

OHSAS18001 Occupational Health and Safety Management standard (or equivalent)


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

7 June 2024

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

7 June 2024

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 26545. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The Contracting Authority has included a scored approach to Community Benefits element for this requirement; The Tenderer must submit a response to “Appendix G – Community Benefits Menu”. Further information regarding how this question is scored can be found within the ITT document under the tab marked “GUIDANCE”. In addition to this, the Tenderer must submit a response to Question 2.8.3 - Community Benefits – Method Statement found in the Technical Question section of the Technical Envelope. This question will be scored using the methodology outlined in the ITT document, and by a technical panel made up of representatives from the Contracting Authority.

(SC Ref:766135)

six.4) Procedures for review

six.4.1) Review body

glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom