Tender

The Supply, Delivery, Installation and Commissioning of a Cryogenic Mechanical Tester

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2024/S 000-036564

Procurement identifier (OCID): ocds-h6vhtk-049dad

Published 12 November 2024, 12:42pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

McCance Building, 16 Richmond Street

Glasgow

G1 1XQ

Contact

Natasha Murray

Email

natasha.murray@strath.ac.uk

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.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