Tender

High temperature material for the manufacture of an isothermal die stack

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2021/S 000-025975

Procurement identifier (OCID): ocds-h6vhtk-02d671

Published 18 October 2021, 3:35pm



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

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

High temperature material for the manufacture of an isothermal die stack

Reference number

UOS-21308-2021

two.1.2) Main CPV code

  • 44115220 - Heating materials

two.1.3) Type of contract

Supplies

two.1.4) Short description

The National Manufacturing Institute of Scotland (NMIS) is seeking a suitably qualified and experienced suppliers with the capability and capacity to supply and deliver a high temperature material.

The high temperature material is required for the manufacture of an isothermal die stack, capable of operating within an isothermal forging vacuum chamber at a temperature of 1200⁰C and loads of up to 2000 tons. The material is required to take the form of a molybdenum based alloy which can withstand and operate up to 1200⁰C in a vacuum or inert gas atmosphere. Approximate dimensions are in the range of 400mm in diameter and 200mm in height.The University is specifically interested in suppliers who can provide Titanium-Zirconium-Molybdenum (TZM) to conform to the requirements.

two.1.5) Estimated total value

Value excluding VAT: £550,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44190000 - Miscellaneous construction materials

two.2.3) Place of performance

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

National Manufacturing Institute of Scotland (NMIS)

two.2.4) Description of the procurement

The National Manufacturing Institute of Scotland (NMIS) is seeking suitably qualified and experienced suppliers

with the capability and capacity to supply and deliver a high temperature material. The high temperature material is required for the manufacture of an isothermal die stack, capable of operating within an isothermal forging

vacuum chamber at a temperature of 1200⁰C and loads of up to 2000 tons.

- The material is required to take the form of a molybdenum based alloy which can withstand and operate within the temperate range of 1080⁰C and 1200⁰C in a vacuum or inert gas atmosphere. Approximate dimensions are in the range of 400mm in diameter and 200mm in height.

- The proposed material is required to have strong thermal and creep resistance characteristics and should also be capable of withstanding extreme thermal and mechanical loads in service.

- The Material shall be supplied in the as-wrought and stress relieved condition (not recrystallized).

- The final material will require Non-destructive ultrasonic testing. There must be no presence of cracks and surface defects upon delivery to site.

- The supplier's solution will include the delivery of the material to the AFRC, based in Inchinnan Scotland.

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

12

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.1.1 Bidders will be required to have a minimum “general” yearly turnover of 1,000,000.00 GBP for the last 3 years.

4B.5.1a – 4B.5.3 Insurances

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.

The Contractor shall maintain in force with reputable insurers

Employer’s (Compulsory) Liability Insurance = 10mGBP

Public Liability Insurance = 10mGBP

Professional Liability Insurance = 2mGBP

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 examples that demonstrate that they have the relevant experience to deliver the services/supplies

as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.

Please provide three (3) examples of experience of supplying and delivering the material detailed within Appendix D Specification over the last three 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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-020226

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

Date

18 November 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

18 November 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 19638. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:670859)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Pl,

Glasgow

G5 9TW

Country

United Kingdom