Tender

The Supply and Installation of a Clean Room at NMIS

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2022/S 000-020347

Procurement identifier (OCID): ocds-h6vhtk-035623

Published 26 July 2022, 3:32pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

40 George Street, Procurement Department

Glasgow

G1 1QE

Contact

Natasha Murray

Email

natasha.murray@strath.ac.uk

Telephone

+44 1415484451

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

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