Tender

Supply, Delivery and Commissioning of Cryogenic Measurement Chamber

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2023/S 000-025145

Procurement identifier (OCID): ocds-h6vhtk-03f727

Published 25 August 2023, 2:56pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

McCance Building, 16 Richmond Street

Glasgow

G1 1QE

Email

jemma.wylie@strath.ac.uk

Telephone

+44 7811592949

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 Cryogenic Measurement Chamber

Reference number

UOS-28906-2023

two.1.2) Main CPV code

  • 31161200 - Gas cooling systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Unviersity are retendering this requirement following an unsuccessful initial tender process. The University would like to note that tenderers that submitted a bid in the initial tender should not be discouraged from submitting a bid for this retender.

The Electronic and Electrical Engineering Department within the University of Strathclyde require a sole supplier to supply, deliver and commission a Cryogenic Measurement Chamber for characterising the performance of superconductors.

two.1.5) Estimated total value

Value excluding VAT: £250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The Electronic and Electrical Engineering Department within the University of Strathclyde require a sole supplier to supply, delivery and commission a Cryogenic Measurement Chamber to be used to characterise the performance of superconductors.

With the current project, the Applied Superconductivity Laboratory seeks to install a cryogenic measurement chamber for characteristing the performance of superconductors. The measurement chamber requires a background magnetic field of 8 T. The chamber diameter is larger than 80 mm, with a temperature down to 20 K. Current leads to the chamber required to provide larger than 600 A.

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

24

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 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.2.14) Additional information

Economic operators may be excluded from the competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the ITT contained on the PCS-Tender project relevant to the procurement and the other Tender documents for further information.


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

4B.5.1- 4B.5.3

Minimum level(s) of standards possibly required

4B1.2 Bidders are required to have an average yearly turnover of a minimum of 350,000.00 GBP for the last 3 years.

4B.5.1 – 4B.5.3 It is a requirement of this contract that bidders can hold or commit to obtain prior to the commencement of any

subsequently awarded contract, the types 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 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

4D.1

Minimum level(s) of standards possibly required

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 par II.2.4 of the Contract Notice or the relevant section of the Site Notice.

4D.1 The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or their own documented policy Or documented process demonstrating arrangements for ensuring H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. This must provide details of the arrangements for H&S management that are relevant to the nature and scales of the requirement .


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

27 September 2023

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

27 September 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Tenderer should be note that there are some changes to the Specification (Minimum Requirements) and the Technical Questions and this is not an exact duplication of the previous tender for Supply, Delivery and Commissioning Cryogenic Measurement Chamber (UOS-26907-2023).

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24796. 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:

Please refer to the ITT document for details on how community benefits will be requested under this contract.

(SC Ref:739783)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

Glasgow

Country

United Kingdom