Opportunity

Supply, delivery and commissioning of Cryogenic Materials Tester for Super Conducting Materials

  • University of Strathclyde

F02: Contract notice

Notice reference: 2021/S 000-031274

Published 15 December 2021, 3:55pm



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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.publictendersscotland.publiccontractsscotland.gov.uk

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 Materials Tester for Super Conducting Materials

Reference number

UOS-21771-2021

two.1.2) Main CPV code

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting

two.1.3) Type of contract

Supplies

two.1.4) Short description

The University of Strathclyde requires a single suitably qualified supplier to supply, deliver and commission a cryogenic material tester for superconductors to perform tensile testing on superconducting materials under electrical load.

two.1.5) Estimated total value

Value excluding VAT: £480,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31300000 - Insulated wire and cable
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 38800000 - Industrial process control equipment and remote-control equipment
  • 42900000 - Miscellaneous general and special-purpose machinery
  • 42000000 - Industrial machinery

two.2.3) Place of performance

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

University of Strathclyde

two.2.4) Description of the procurement

The University of Strathclyde requires a suitably qualified and experienced supplier to supply, deliver and commission a cryogenic material tester for superconductors. The equipment is required to perform mechanical and electrical testings for superconducting materials. The equipment must provide tensile and compression tests for superconducting samples and non-superconducting samples with a temperature down to 4 Kelvin. In addition, the equipment must be able to apply a direct current (DC) to the sample: without mechanical testing contacts.

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

30

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


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 Bidders will be required to have an average yearly turnover of a minimum of 1,200,000.00 GBP for the last three (3) years.

4B.5.1a - 4B.5.3 Insurances

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 = NOT USED

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

4.C 1.2. Bidders will be required to provide 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 the relevant section of the Site Notice.

Please provide a minimum of three (3) examples of experience of supply and delivery of the equipment as detailed within the specification over the last three (3) 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 000-029217

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

Date

28 January 2022

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

28 January 2022

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 20260. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:676965)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Pl

Glasgow City

G5 9DA

Telephone

+44 1414298888

Country

United Kingdom