Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
McCance Building, 16 Richmond Street
Glasgow
G1 1XQ
Contact
Natasha Murray
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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.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
The Supply, Delivery, Installation and Commissioning of a Cryogenic Mechanical Tester
Reference number
UOS-33855-2024
two.1.2) Main CPV code
- 38540000 - Machines and apparatus for testing and measuring
two.1.3) Type of contract
Supplies
two.1.4) Short description
This Notice relates to an open tender above the Agreement on Government Procurement (GPA) threshold for goods related to research and development equipment required by the Electronic and Electrical Engineering (EEE) department at the University of Strathclyde (Contracting Authority). The Contracting Authority envisions a single supplier shall undertake the contract for the supply, delivery, installation and commissioning of a Cryogenic Mechanical Tester. The Contracting Authority will require the equipment to be delivered, installed and commissioned on campus at the University of Strathclyde. The equipment is grant funded and aligned to Innovate UK’s (UKRI) ZEST1 Zero Emissions for Sustainable Transport Project. entails research into High
Temperature Superconductors (HTS). The equipment will be used to mechanically characterize composite/metal/superconductor materials that will be used in cryogenic aviation propulsion systems.
two.1.5) Estimated total value
Value excluding VAT: £220,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38900000 - Miscellaneous evaluation or testing instruments
- 38430000 - Detection and analysis apparatus
- 38425700 - Surface tension measuring instruments
- 38425500 - Strength estimation apparatus
- 38500000 - Checking and testing apparatus
- 38540000 - Machines and apparatus for testing and measuring
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 (Contracting Authority) requires a single supplier to supply, deliver, installation and commissioning a cryogenic mechanical tester. The Contracting Authority anticipates that the contract will be for a duration of twenty (20) months. The Contracting Authority requires a supplier that can fulfill the below non-exhaustive list of requirements:
1 The offered equipment must be able to tensile/compres/bend/torsion samples.
2 The offered equipment must be have the ability to test samples between 20 Kelvin and room temperature.
3 The offered equipment must have the ability to accurately control and measure the sample temperature between 20 Kelvin and room temperature, with less than 1K error.
4 The offered equipment must have the ability to apply and monitor parameters during tensile/compres/bend/torsion testing.
5 The offered equipment must have the ability to inject hydrogen gas for tested samples before the testing.
6 The offered equipment must store or output data from thermal/load sensors.
7 The offered solution must include self-aligning tooling.
8 The testing rig of the offered equipment must have a minimum class 0.5 load cell for ranges 0-100kN as laid out in the ISO standard 376:2011.
9 The temperature of the offered solution must be controlled automatically using a temperature controller.
10 The offered equipment must be able to export to Microsoft Excel and CSV file format.
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
20
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.1.2 Turnover
Bidders will be required to have an average yearly turnover of a minimum of 440,000.00 GBP for the last 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 = 10m GBP
Public and Product Liability Insurance = 10m GBP
Professional 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.
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: 2024/S 000-030629
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 December 2024
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
12 December 2024
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 27666. 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:
The Contracting Authority acknowledges that is procurement activities have a significant impact on the environment, society and the economy. The Contracting Authority recognises that Community Benefits are a key component in maximising social, economic and environmental benefits. The achievements and delivery of Community Benefits can contribute to the University of Strathclyde's strategic Plan 2030. The Contracting Authority proposes to use a Voluntary Approach to Community Benefits for this requirement; This approach is to encourage the Tenderer to offer Community Benefits post Tender Submission. These offered Community Benefits will not form part of the contractual obligation and will not form part of the consideration at Tender evaluation stage.
(SC Ref:783098)
six.4) Procedures for review
six.4.1) Review body
glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom