Tender

Supply, Delivery and Commissioning of a Fibre Spinning Rig

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2021/S 000-022795

Procurement identifier (OCID): ocds-h6vhtk-02d632

Published 14 September 2021, 12:44pm



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

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

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

Supply, Delivery and Commissioning of a Fibre Spinning Rig

Reference number

UOS-21231-2021

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

The University of Strathclyde seeks to secure a single supplier to supply, deliver and commission a Fibre Spinning System that can be housed in a laboratory environment, on-site at the Lightweight Manufacturing Centre (LMC).

two.1.5) Estimated total value

Value excluding VAT: £200,000

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)
  • 39300000 - Miscellaneous equipment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Lightweight Manufacturing Centre

two.2.4) Description of the procurement

The National Manufacturing Institute of Scotland (NMIS) require a single supplier, to supply, deliver and commission a Fibre Spinning System for use in a laboratory environment, on-site at the Lightweight Manufacturing Centre (LMC).

The fibre spinning system will be used to spin fibres from sustainable resources. The spun fibres will then go through relevant chemical and thermal treatments and will be characterised and tested for mechanical properties.

Fulls details of the requirement can be found in the technical envelope of PCS-T.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

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

Duration in months

39

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 - the Tenderer will be required to have an average yearly turnover of a minimum of 380,000.00 GBP for the last three (3) years.

4B.5.1- 4B.5.3 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

The Contractor shall maintain in force with reputable insurers

4B.5.1a Professional Risk Indemnity:2,000,000 GBP in respect of any one incident and unlimited as to numbers of claims.

4B.5.1b Employer's (Compulsory) Liability Insurance:10,000,000 GBP in respect of any one incident and unlimited as to numbers of claims.

4b.5.2 Public and Product Liability:10,000,000 GPB in respect of any one incident and unlimited as to numbers of claims.

In respect of any one incident and unlimited as to numbers 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 Bidders will be required to provide three (3) examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.


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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-020163

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

Date

14 October 2021

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 October 2021

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 19610. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:666923)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Pl

Glasgow

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts

(Scotland)Regulations 2015 (SSI2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.