Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
Contact
Natasha Murray
Telephone
+44 1415484451
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
The Supply and Installation of a Clean Room at NMIS
Reference number
UOS-23995-2022
two.1.2) Main CPV code
- 44210000 - Structures and parts of structures
two.1.3) Type of contract
Supplies
two.1.4) Short description
The University requires a suitably qualified supplier to supply, install and commission a a standalone laboratory enclosure for machinery located at the National Manufacturing Institute Scotland (NMIS), Renfrew. The machinery and associated laboratory space requires a modular ISO 14644-1:2019 Class 6 clean room, which can interface with equipment located on the factory floor.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45214620 - Research and testing facilities construction work
- 39180000 - Laboratory furniture
- 45214631 - Installation works of cleanrooms
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
National Manufacturing Institute of Scotland
two.2.4) Description of the procurement
The University requires a supplier to supply, install and commission a a standalone laboratory enclosure for machinery located at the
National Manufacturing Institute Scotland (NMIS), Renfrew.
The machinery and associated laboratory space requires a modular ISO 14644-1:2019 Class 6 clean room, which can interface with
equipment located on the factory floor. The Contracting Authority seeks a solution that can conform to the non-exhaustive requirements
listed below:
The Cleanroom walls shall be constructed of solid material that is suitable for attaching pipework, cable trays and other lightweight equipment.
The Cleanroom must be of suitable design and build to be located within a factory workshop with temperatures between 15°C to 40°C.
The University requires the overall Cleanroom Internal Dimensions: 8m wide x 10m depth x 3.5m high, separated into 3 internal rooms.
The Sub cleanroom will contain LASER equipment and all walls, ceilings and doors must be constructed of solid material that is opaque so there is no path for LASER light to exit this room.
The supplier must ensure Fan Filter units to be installed with suitable filtration to achieve ISO 14644-1:2019 Class 6 clean room.
The awarded supplier must provide, as a minimum, a 12 month warranty on goods, inclusive of all parts, labour and shipping costs. The warranty must include any remediations free of charge.
The awarded supplier must arrange for the delivery of the offered solution to NMIS.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Cost / Weighting: 40
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
16
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 Turnover
4B.1.2 Bidders will be required to have an average yearly turnover of a minimum of 450,000.00 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 = 5m GBP
Public and Product Liability Insurance = 10m GBP
Professional Risk Indemnity Insurance = NOT USED
In respect of any one incident and unlimited as to number 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 Previous Experience
4.C 1.2. Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the 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 a minimum of three (3) examples of experience of supply and delivery of the equipment as detailed within the specification
over the last three (3) 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
25 August 2022
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
25 August 2022
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 21444. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:701392)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Pl
Glasgow
G5 9DA
Telephone
+141 4298888
Country
United Kingdom