Award

Provision of Resource Efficient Supply and Manufacturing Environment (RESuME) "Industrial Internet of Things" (IIoT)

UNIVERSITY OF STRATHCLYDE

This public procurement record has 2 releases in its history.

Award

11 Mar 2022 at 17:00

Tender

10 Nov 2021 at 10:54

Summary of the contracting process

The University of Strathclyde is inviting bids for the "Provision of Resource Efficient Supply and Manufacturing Environment (RESuME) Industrial Internet of Things (IIoT)" project, which falls within the data services industry category. The procurement is currently in the active Tender stage, with the tender period set to close on 10 December 2021. This selective procurement will be conducted using a Competitive Procedure with Negotiation. The anticipated value of the contract is £480,000, and submissions can be made electronically via the specified platform.

This tender presents valuable opportunities for businesses specialising in data integration, real-time data acquisition, and industrial automation technologies. Companies that can provide solutions ensuring seamless connectivity and data visualisation for machinery in manufacturing environments would be particularly well-suited to compete. Suppliers should possess a strong track record in similar projects and ensure they meet the minimum standards set by the University of Strathclyde for successful participation.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Resource Efficient Supply and Manufacturing Environment (RESuME) "Industrial Internet of Things" (IIoT)

Notice Description

The University seek bids from suppliers able to achieve seamless ISA-95 compliant digital connectivity for seventy-three (73) machines located in the Advanced Forming Research Centre (AFRC). The University require a single supplier to provide a solution which covers real-time data acquisition from machines and equipment(directly, via gateways and/or external sensors), data integration and synchronisation using a Message Bus system as well as data visualisation on live dashboards. This IIoT tender consists of three overarching components as described below, namely: - Component 1: Power consumption and status (on/off/idle) monitoring for all machines and equipment located in the AFRC (73 machines) - Component 2: Real-time data acquisition from machinery and equipment with communication means located in the AFRC (48 machines) - Component 3 : Data integration, synchronisation, visualisation, and storage using an IIoT Platform (i.e., Message Bus system). Due to the nature of NMIS operation, machinery and equipment selected for digital connectivity within this tender, have different digital capabilities and can be divided into two groups, as follows: 1. Machinery and equipment without communication means, such as various band saws, cranes, welders, legacy equipment etc. These machines might have legacy controllers or may only have a power supply cable (25 machines) 2. Machinery and equipment with communication means. These are controlled by a PLC or CNC, have HMI and can potentially communicate with external devices via various communication protocols, including but not limited to Modbus TCP/IP, Profibus, Ethernet, MTConnect, OPC UA etc. (48 machines) For most of the machines, additional external data acquisition systems such as various gateways, IPCs, edge devices etc. will be required in order to achieve live data acquisition. For machinery and equipment without any communication means, it is expected to use external systems (e.g., current clamps) to collect data on energy consumption a well as machines' on/off/idle status. In order to sustain data collection and synchronisation from multiple machines and equipment as well as to provide access to this data for different (3rd party) applications, an open Message Bus system (unified namespace provider) needs to be in the centre of the digital transformation. Thus, this tender covers real-time data acquisition from machines and equipment (directly, via gateways and/or external sensors), data integration and synchronisation using a Message Bus system as well as data visualisation on live dashboards.

Lot Information

Lot 1

This Procurement will be conducted through the use of the Competitive Procedure with Negotiation in line with Regulation 30 of The Public Contracts (Scotland) Regulations 2015. The process applied will be as followed: -Bidder's must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification envelope of PCS-T. Statements detailing the specific requirements can be found within Section III.1.2 and III.1.3. Bidders who do not meet the minimum standards may not have their bids considered further. - Bidder's must complete and submit the technical and the commercial envelope envelope. - Responses will be scored as per the scoring methodology detailed within the Invitation to Tender Document. - The contracting authority may at this point opt to award the contract on the basis of the initial tenders without conducting negotiations. - Should negotiations be required bidders will be notified via the PCS-T messaging portal of the process to be adopted. Minimum requirements which must be met by all tenderers have been identified below. As a consequence of these requirements, where a Tenderer includes any amendments to the Minimum Requirements in their Tender Submissions, the Tender Submission may not be considered and may be refused on the grounds of such amendments or qualifications alone. 1. A Single supplier must be responsible for delivery of all specification requirements as detailed within the invitation to tender. 2. Suppliers response must include full realisation of Component 1 for all equipment 3. Suppliers response must include full realisation of Component 3 for all equipment 4. Hardware/ sensor solutions installed externally on equipment to monitor power consumption, current statues etc must be non-invasive and must not impact machine warranty or performance 5. Measuring devices or their gateways must support standard open communication protocols. 6. All data acquired from equipment must be fully unlocked 7. NMIS must be the owner of all data acquired from equipment. 8. Suppliers will be required to confirm acceptance of University Terms and Conditions in their Submitted form of tender, All clauses (excluding those noted below) will form part of the minimum requirements. UOS Standard Terms - Clause 16: Liability and Indemnity UOS Standard terms - Clause 17: Insurance ICT Provisions Clause 17.3 financial caps and liabilities

Options: The Contracting Authority reserves the right to request additional deliveries by the Successful Tenderer, either intended as partial replacement of suppliers or installations or as extensions of existing supplies and installations. The Contracting Authority may at it's sole discretion exercise this option.

Renewal: 2 x 12 months

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02f548
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/006760-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

38551000 - Energy meters

48614000 - Data-acquisition system

72300000 - Data services

72318000 - Data transmission services

Notice Value(s)

Tender Value
£480,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£443,253 £100K-£500K

Notice Dates

Publication Date
11 Mar 20223 years ago
Submission Deadline
10 Dec 2021Expired
Future Notice Date
Not specified
Award Date
2 Mar 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF STRATHCLYDE
Contact Name
Kirstie Peffers
Contact Email
kirstie.peffers@strath.ac.uk
Contact Phone
Not specified

Buyer Location

Locality
GLASGOW
Postcode
G1 1QE
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Supplier Information

Number of Suppliers
1
Supplier Name

BOOTH WELSH AUTOMATION

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02f548-2022-03-11T17:00:04Z",
    "date": "2022-03-11T17:00:04Z",
    "ocid": "ocds-h6vhtk-02f548",
    "description": "Tenders are advised that section IV.2.2 of the contract notice details the closing date for requests to participate, this date is the date for receipt of requests to participate and initial Tender Submissions. The date provided within this notice in relation to the dispatch of invitations to tender is reference to the commencement of the negotiation process if required. (SC Ref:686636)",
    "initiationType": "tender",
    "tender": {
        "id": "UOS-21328-2021",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of Resource Efficient Supply and Manufacturing Environment (RESuME) \"Industrial Internet of Things\" (IIoT)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72300000",
            "description": "Data services"
        },
        "mainProcurementCategory": "services",
        "description": "The University seek bids from suppliers able to achieve seamless ISA-95 compliant digital connectivity for seventy-three (73) machines located in the Advanced Forming Research Centre (AFRC). The University require a single supplier to provide a solution which covers real-time data acquisition from machines and equipment(directly, via gateways and/or external sensors), data integration and synchronisation using a Message Bus system as well as data visualisation on live dashboards. This IIoT tender consists of three overarching components as described below, namely: - Component 1: Power consumption and status (on/off/idle) monitoring for all machines and equipment located in the AFRC (73 machines) - Component 2: Real-time data acquisition from machinery and equipment with communication means located in the AFRC (48 machines) - Component 3 : Data integration, synchronisation, visualisation, and storage using an IIoT Platform (i.e., Message Bus system). Due to the nature of NMIS operation, machinery and equipment selected for digital connectivity within this tender, have different digital capabilities and can be divided into two groups, as follows: 1. Machinery and equipment without communication means, such as various band saws, cranes, welders, legacy equipment etc. These machines might have legacy controllers or may only have a power supply cable (25 machines) 2. Machinery and equipment with communication means. These are controlled by a PLC or CNC, have HMI and can potentially communicate with external devices via various communication protocols, including but not limited to Modbus TCP/IP, Profibus, Ethernet, MTConnect, OPC UA etc. (48 machines) For most of the machines, additional external data acquisition systems such as various gateways, IPCs, edge devices etc. will be required in order to achieve live data acquisition. For machinery and equipment without any communication means, it is expected to use external systems (e.g., current clamps) to collect data on energy consumption a well as machines' on/off/idle status. In order to sustain data collection and synchronisation from multiple machines and equipment as well as to provide access to this data for different (3rd party) applications, an open Message Bus system (unified namespace provider) needs to be in the centre of the digital transformation. Thus, this tender covers real-time data acquisition from machines and equipment (directly, via gateways and/or external sensors), data integration and synchronisation using a Message Bus system as well as data visualisation on live dashboards.",
        "value": {
            "amount": 480000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This Procurement will be conducted through the use of the Competitive Procedure with Negotiation in line with Regulation 30 of The Public Contracts (Scotland) Regulations 2015. The process applied will be as followed: -Bidder's must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification envelope of PCS-T. Statements detailing the specific requirements can be found within Section III.1.2 and III.1.3. Bidders who do not meet the minimum standards may not have their bids considered further. - Bidder's must complete and submit the technical and the commercial envelope envelope. - Responses will be scored as per the scoring methodology detailed within the Invitation to Tender Document. - The contracting authority may at this point opt to award the contract on the basis of the initial tenders without conducting negotiations. - Should negotiations be required bidders will be notified via the PCS-T messaging portal of the process to be adopted. Minimum requirements which must be met by all tenderers have been identified below. As a consequence of these requirements, where a Tenderer includes any amendments to the Minimum Requirements in their Tender Submissions, the Tender Submission may not be considered and may be refused on the grounds of such amendments or qualifications alone. 1. A Single supplier must be responsible for delivery of all specification requirements as detailed within the invitation to tender. 2. Suppliers response must include full realisation of Component 1 for all equipment 3. Suppliers response must include full realisation of Component 3 for all equipment 4. Hardware/ sensor solutions installed externally on equipment to monitor power consumption, current statues etc must be non-invasive and must not impact machine warranty or performance 5. Measuring devices or their gateways must support standard open communication protocols. 6. All data acquired from equipment must be fully unlocked 7. NMIS must be the owner of all data acquired from equipment. 8. Suppliers will be required to confirm acceptance of University Terms and Conditions in their Submitted form of tender, All clauses (excluding those noted below) will form part of the minimum requirements. UOS Standard Terms - Clause 16: Liability and Indemnity UOS Standard terms - Clause 17: Insurance ICT Provisions Clause 17.3 financial caps and liabilities",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "name": "Cost",
                            "type": "cost",
                            "description": "40"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 12 months"
                },
                "secondStage": {
                    "minimumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "Please refer to the The Single Procurement (Scotland) Document [SPD] and Invitation to Tender. The Contracting Authority shall undertake an evaluation of all Tender Submissions in line with the process outlined in Section 4 of this document. The Contracting Authority reserves the right to award a contract on the basis of the initial tender without negotiation in line with Regulation 30(16) of The Public Contracts (Scotland) Regulations 2015. Should the Contracting Authority proceed to negotiations, the top three (3) scoring tenderers from the initial Tender Submission will be invited to participate in the negotiations, if they are deemed necessary. Tenders (final) from all three (3) tenderers who were involved in the negotiation(s) will be invited to submit a final tender to be evaluated to ensure conformity with the minimum requirements, assess the final tenders on the basis of the award criteria."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The Contracting Authority reserves the right to request additional deliveries by the Successful Tenderer, either intended as partial replacement of suppliers or installations or as extensions of existing supplies and installations. The Contracting Authority may at it's sole discretion exercise this option."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38551000",
                        "description": "Energy meters"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48614000",
                        "description": "Data-acquisition system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72318000",
                        "description": "Data transmission services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "List and brief description of selection criteria: Bidders will be required to have an average yearly turnover of a minimum of 800,000GBP for the last 3 years Statement for 4B 5.1-5.3 It is the requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below. The Contractor shall maintain in force with reputable insurers employer's liability insurance and public liability insurance in the sum of not less than 10,000,000GBP in respect of any one incident and unlimited as to numbers of claims, and adequate insurances covering all the Contractor's other liabilities in terms of the Contract. The Contractor shall maintain in force with reputable insurers professional liability insurance in the sum of not less than 2,000,000GBP in respect of any one incident and unlimited as to numbers of claims.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "4C.1.2 Bidders will be required to provide 3 relevant examples of projects of a similar size, scale and complexity as that outlined within the tender documentation",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2022-01-07T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-12-10T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015(SSI2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session."
    },
    "parties": [
        {
            "id": "GB-FTS-218",
            "name": "University of Strathclyde",
            "identifier": {
                "legalName": "University of Strathclyde"
            },
            "address": {
                "streetAddress": "40 George Street, Procurement Department",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G1 1QE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Kirstie Peffers",
                "email": "kirstie.peffers@strath.ac.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.strath.ac.uk/",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-220",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "locality": "Glasgow",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-46678",
            "name": "Booth Welsh Automation Ltd",
            "identifier": {
                "legalName": "Booth Welsh Automation Ltd"
            },
            "address": {
                "streetAddress": "3 Riverside Way",
                "locality": "Irvine",
                "region": "UKM93",
                "postalCode": "Ka11 5DJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 03450344344"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-218",
        "name": "University of Strathclyde"
    },
    "language": "en",
    "awards": [
        {
            "id": "006760-2022-UOS-21328-2021-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-46678",
                    "name": "Booth Welsh Automation Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "006760-2022-UOS-21328-2021-1",
            "awardID": "006760-2022-UOS-21328-2021-1",
            "status": "active",
            "value": {
                "amount": 443253.6,
                "currency": "GBP"
            },
            "dateSigned": "2022-03-02T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 10
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 10
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 10
            }
        ]
    }
}