Tender

Cryogenic Pressure Vessels (DFX)

  • UNIVERSITY OF SOUTHAMPTON

F02: Contract notice

Notice identifier: 2022/S 000-033011

Procurement identifier (OCID): ocds-h6vhtk-03871c

Published 21 November 2022, 5:03pm



Section one: Contracting authority

one.1) Name and addresses

UNIVERSITY OF SOUTHAMPTON

BUILDING 37, HIGHFIELD CAMPUS,UNIVERSITY ROAD

SOUTHAMPTON

SO171BJ

Email

procurement@soton.ac.uk

Telephone

+44 2380595249

Country

United Kingdom

Region code

UKJ32 - Southampton

Companies House

RC000668

Internet address(es)

Main address

http://www.southampton.ac.uk

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