Section one: Contracting authority
one.1) Name and addresses
UNIVERSITY OF SOUTHAMPTON
BUILDING 37, HIGHFIELD CAMPUS,UNIVERSITY ROAD
SOUTHAMPTON
SO171BJ
Telephone
+44 2380595249
Country
United Kingdom
Region code
UKJ32 - Southampton
Companies House
RC000668
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/universityofsouthampton
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/universityofsouthampton
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/universityofsouthampton
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
Cryogenic Pressure Vessels (DFX)
Reference number
2022UoS-0620
two.1.2) Main CPV code
- 31720000 - Electromechanical equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
The manufacture of four Cryogenic Pressure Vessels to be supplied to the University of Southampton. CE marking process to be compliant with the Pressure Equipment Directive ((PED) 2014-68-EU). Packaged ready for international shipment. Delivery of first unit expected within 6 months of contract signing.
two.1.5) Estimated total value
Value excluding VAT: £450,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- CH - Switzerland
Main site or place of performance
CERN, Route de Meyrin 385, Reception Bld. 194, CH 1217, Geneva, Switzerland
two.2.4) Description of the procurement
This procurement is for manufacturing 4 units of specially designed cryostats (DFX) for the CERN High Luminosity upgrade. The manufacturing is build-to-design according to the full specification drawings technical specifications provided. The manufacturing consists of three stages: components, subassemblies, general assembly and testing. The cryostat is a Category-III pressure vessel to be manufactured, inspected, and qualified according to the relevant standards given in the specifications. The assembled cryostat will be tested for (1) both pressure vessel requirements and CE marked and (2) vacuum requirements as specified. The manufacturing will not commence prior to acquiring all the relevant welding qualifications (WPQR) specified. The manufacturer should assign a dedicated project manager, and deploy the necessary level of Quality Assurance to fulfil the DFX specification.
Procurement Process:
This procurement process is being conducted as an open procedure; consisting of an Invitation to Tender stage
Invitation to Tender (ITT) stage -Tenderers will be invited to submit formal tenders at this stage
Contract Period:
The University proposes to enter into a Contract for 24 months - this will be the maximum contract period, including any potential extensions with the successful tenderer.
This will comprise of an initial contract period of 12 months for the provision of the goods including a 12 months warranty.
The contract will be effective on signing. The initial term of the warranty of 12 months will run from the date of acceptance of the equipment with extensions if so agreed by the University, running from the expiry of the initial contract period.
Contract Value:
The estimated value of the initial 2-year contract period is within the range of £400,000 to £450,000, excluding VAT. This value includes all related components, services and maintenance for the initial contract period.
two.2.5) Award criteria
Quality criterion - Name: Mandatory / Weighting: PASS/FAIL
Quality criterion - Name: Technical Requirements / Weighting: 45%
Quality criterion - Name: Delivery and Lead Time / Weighting: 25%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £450,000
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: No
two.2.14) Additional information
Lots: This contract is NOT suitable for splitting into lots. The risk of dividing the requirement into Lots would render the execution of the contract excessively technically difficult, not cost effective and would undermine proper execution of the contract.
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
To support the financial assessment, the University will obtain a Business Risk Report for all Potential Suppliers and every organisation that is being relied on to meet this procurement, using an independent company called Creditsafe.
The University reserves the right to exclude a Tenderer or request provision of further assurances such as parent company/bank guarantee or performance bonds where a Tenderer's Business Risk Score is: "Moderate Risk"; "High Risk"; "Very High Risk"; or "Not Rated", based on the rating provided by Creditsafe
Where a Business Risk Score from our external system is not available, then an alternative method of assessing financial standing will be used. This method is detailed within the Invitation to Tender document set.
Minimum level(s) of standards possibly required
Tenderers are advised that a requirement of this procurement is to have in place, or commit to obtain prior to the commencement of the contract, the following minimum insurance levels:
Employers (Compulsory) Liability: £10 million GBP per occurrence.
Public Liability: £10 million GBP per occurrence.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers attention is drawn to the MANDATORY requirements of the award criteria:
- Grounds for mandatory exclusion
- Grounds for discretionary exclusion
- Economic & Financial Standing
- Insurance
- Compliance with equality legislation
- Health & Safety
Minimum level(s) of standards possibly required
There are expected standards that form part of the mandatory requirements as detailed below:
-Weld procedures qualified against EN ISO 15614-1
-Welders to be qualified against ISO 9606-1
-Weld inspection against ISO 17637 and ISO 17636-1 or ISO 17636-2
-Weld NDT personnel qualified to ISO 9712
Other standards referenced are: EN 13458-2, ISO 20485, EN 1779-A1, ISO 9712 and ISO 10005
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
22 December 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
22 December 2022
Local time
12:01pm
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 payment will be used
six.3) Additional information
E-Tendering Portal: The University is utilising an electronic tendering tool, In-Tend (https://intendhost.co.uk/ universityofsouthampton) to manage this procurement and to communicate with potential suppliers and/or tenderers (as appropriate).
All documentation in relation to this tender can be downloaded from In-Tend.
Potential suppliers/tenderers are advised that there will be no hard copy documents issued and all communications with the University, including the submission of Selection Stage and/or Invitation to Tender responses will be conducted via In-Tend.
Regular monitoring of the portal is the responsibility of the potential supplier/tenderer.
If you are not already registered as a supplier with the University of Southampton, you will need to register in In-Tend in order to access the procurement documentation.
Once you have logged in as a supplier: click on 'Tenders'; locate the relevant project; and click 'View Details'. Once you are in the project screen, you will be able to register your organisation against the project and access all documentation by clicking 'Express Interest'.
Potential suppliers/tenderers are advised that formal expressions of interest in the project must be by way of completion and return of the relevant documents via In-Tend.
Further instructions for the submission of responses are below:
To submit your return:
1. Log in
2. Click 'Tenders'
3. Locate the relevant project
4. View details
5. Click on the tab relating to the relevant project stage (e.g. 'Invitation to Tender')
6. Click on the 'Attach Documents' button and upload your return.
7. Check ALL your response documents are uploaded and displayed in the 'My Tender Return' panel. The system will only permit your organisation to make one return.
8. Click the red 'Submit Return' button.
Please note, to preserve the integrity of the procurement, all communications with the University must be made via the correspondence function within In-Tend.
Publication of Award Details: In accordance with Regulation 50, paragraph (2) of the Public Contracts Regulations 2015 and subject to Article 5 and Annex 5, Part D (13) of Directive 2014/24/EU of the European Parliament and of the Council (if applicable), the University intends to publish the value of any resulting contract at the award stage, and reserves the right to do so. By submitting a response, potential suppliers/tenderers are consenting to publication of this information unless otherwise agreed in advance with the University.
six.4) Procedures for review
six.4.1) Review body
University of Southampton
Southampton
Country
United Kingdom