Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
McCance Building, 16 Richmond Street
Glasgow
G1 1XQ
kathleen.macleod@scotland-excel.org.uk
Telephone
+44 1414888757
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.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
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.