Tender

Supply, Delivery and Installation of Collaborative Robots for CMAC

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2024/S 000-023447

Procurement identifier (OCID): ocds-h6vhtk-048517

Published 26 July 2024, 2:56pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

McCance Building, 16 Richmond Street

Glasgow

G1 1XQ

Email

kathleen.macleod@scotland-excel.org.uk

Telephone

+44 1414888757

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.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 Installation of Collaborative Robots for CMAC

Reference number

UOS-32138-2024

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 Centre for Continuous Manufacturing and Crystallisation (CMAC) are developing state-of-the-art intergraded DataFactories in support of our Lab of the Future vision and new CMAC Data Lab initiative. Our goal is to establish multiple automated model driven instruments to establish a ML (Machine Leaning) ready database of FAIR (Findable, Accessible, Interoperable and Reusable) data. A range of different collaborative robots are required to be integrated with third party scheduling and workflow software to move, prepare and analyse samples. These collaborative robots must be able to handle a wide variety of different samples and perform a range of different activities in a working lab alongside human researchers. They need to be flexible for future research demands that are not yet determined.

This requirement is funded by a UKRPIF grant, which is funding a list of equipment to be delivered as part of the CMAC Data Lab project. Budget and timescales are tight for the delivery of this project and CMAC are looking to maximise the funding where possible.

This contract is a Lotted contract

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Autonomous Mobile Robot

Lot No

3

two.2.2) Additional CPV code(s)

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

two.2.3) Place of performance

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

Centre for Continuous Manufacturing and Crystallisation (CMAC), University of Strathclyde

two.2.4) Description of the procurement

This Contract Notice refers to the tender opportunity to procure 1 Autonomous Mobile Robot through this Lot. In addition, tenderers are asked to price for driver, software, delivery, installation and SAT, Commissioning and Training, Warranty and Maintenance.

Tenderers will also be asked to price for additional items, but these will not form part of the commercial evaluation. Each Lot will appoint a sole supplier.

two.2.5) Award criteria

Quality criterion - Name: Technical (Quality) / Weighting: 60

Price - Weighting: 40

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 services from the successful Tenderer, either intended extension of existing services or in replacement of existing services.

The Contracting Authority may at its 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

two.2) Description

two.2.1) Title

Dual Arm Collaborative Robot

Lot No

2

two.2.2) Additional CPV code(s)

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

two.2.3) Place of performance

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

Centre for Continuous Manufacturing and Crystallisation (CMAC), University of Strathclyde

two.2.4) Description of the procurement

This Contract Notice refers to the tender opportunity to procure 1 Dual Arm Collaborative Robot through this Lot. In addition, Tenderers are asked to price for grippers, gripper fingers, driver, software, delivery, installation and SAT, Commissioning and Training, Warranty and Maintenance.

Tenderers will also be asked to price for additional items, but these will not form part of the commercial evaluation. Each Lot will appoint a sole supplier.

two.2.5) Award criteria

Quality criterion - Name: Technical (Quality) / Weighting: 60

Price - Weighting: 40

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 services from the successful Tenderer, either intended extension of existing services or in replacement of existing services.

The Contracting Authority may at its 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

two.2) Description

two.2.1) Title

Single Arm Collaborative Robots

Lot No

1

two.2.2) Additional CPV code(s)

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

two.2.3) Place of performance

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

Centre for Continuous Manufacturing and Crystallisation (CMAC), University of Strathclyde

two.2.4) Description of the procurement

This Contract Notice refers to the tender opportunity to procure 7 Single Arm Collaborative Robots through this Lot. Tenderers are also asked to price for grippers, gripper fingers, driver, software, delivery, installation and SAT, Commissioning and Training, Warranty and Maintenance.

There are additional items tenderers will be asked to price for, but these will not form part of the commercial evaluation. Each Lot will appoint a sole supplier.

two.2.5) Award criteria

Quality criterion - Name: Technical (Quality) / Weighting: 60

Price - Weighting: 40

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 services from the successful Tenderer, either intended extension of existing services or in replacement of existing services.

The Contracting Authority may at its 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 General Yearly Turnover

4B.5.1a - 4B.5.2 Insurance

Minimum level(s) of standards possibly required

4B.1.1 General Yearly Turnover

It is a requirement that bidders have a general yearly turnover of a minimum of 250000.00 GBP for the last 3 years.

4B.5.1a - 4B.5.2 Insurance

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 = 10,000,000.00 GBP

Public and Product Liability Insurance = 10,000,000.00 GBP

Professional Risk Indemnity Insurance = 2,000,000.00 GBP

In respect of any one incident and unlimited as to numbers of claims

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2

Minimum level(s) of standards possibly required

4C.1.2 For each Lot a tenderer is submitting a response for, they are required to provide three (3) 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 relevant section of the Contract 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.2.2) Time limit for receipt of tenders or requests to participate

Date

26 August 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

26 August 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 Contracting Authority reserves the right to award this contract in whole or in part.

The Contracting Authority reserves the right to not award this contract.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27218. 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:

Tenderers will be asked to provide details of community benefits they can offer through this contract.

(SC Ref:773308)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

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.