Section one: Contracting authority
one.1) Name and addresses
Centre for Process Innovation Limited
Wilton Centre
Redcar
TS10 4RF
Contact
E-Tendering
Telephone
+44 1642455340
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30305
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://ne1procurementservices.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ne1procurementservices.com/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Technology development
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
1755 – Framework for the Supply Delivery Installation & Commissioning of Fatigue Test Equipment
Reference number
1755
two.1.2) Main CPV code
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.1.3) Type of contract
Supplies
two.1.4) Short description
This tender is to establish a Single Supplier Framework for the provision of Fatigue Test Equipment. CPI’s National Formulation Centre is looking to set up a mechanical fatigue test facility to complement its existing (static) mechanical test capabilities and has identified a need for a fatigue test machine with similar features to our static machine - capable of tension, compression and bending modes of deformation and of operating at temperatures ranging from -100°C to 350°C. This Framework is to cover spare parts, consumables, servicing and maintenance
two.1.5) Estimated total value
Value excluding VAT: £350,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This tender is to establish a Single Supplier Framework for the provision of Fatigue Test Equipment. CPI’s National Formulation Centre is looking to set up a mechanical fatigue test facility to complement its existing (static) mechanical test capabilities and has identified a need for a fatigue test machine with similar features to our static machine - capable of tension, compression and bending modes of deformation and of operating at temperatures ranging from -100°C to 350°C. This Framework is to cover spare parts, consumables, servicing and maintenance
two.2.5) Award criteria
Quality criterion - Name: URS, technical details and service cover options / Weighting: 50
Quality criterion - Name: Lead Time / Weighting: 10
Quality criterion - Name: After Sales / Weighting: 10
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
1 x 12 month extension available
two.2.10) Information about variants
Variants will be accepted: No
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: Yes
Identification of the project
European Regional Development Fund (ERDF) Competitive Programme 2014 – 2020,
two.2.14) Additional information
Upon successful award, the requirements of this Tender can be procured by any department, branch, division, business unit, site, subsidiary or any other legal entity of CPI, against any existing or future project and/or order, whether or not it is part funded by the European Regional Development Fund (ERDF) Competitive Programme 2014 – 2020, or any subsequent replacement Competitive Programme.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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
9 August 2021
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
9 August 2021
Local time
12:30pm
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=659992.
(SC Ref:659992)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
Sheriff Clerk's Office PO Box 23 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom