Award

Cryogenic Pressure Vessels (DFX)

UNIVERSITY OF SOUTHAMPTON

This public procurement record has 2 releases in its history.

Award

17 Feb 2023 at 18:50

Tender

21 Nov 2022 at 17:03

Summary of the contracting process

The University of Southampton has recently awarded a contract for the manufacture of four Cryogenic Pressure Vessels to be supplied to the university. The procurement process was conducted as an open procedure, with the award criteria including mandatory, technical, delivery, lead time, and price elements. The initial contract period is 24 months, with the contract value set at £450,000 GBP. Puma Engineering and Construction Ltd is the awarded supplier for this contract, and the delivery location for the first unit is at CERN in Geneva, Switzerland.

This tender for Cryogenic Pressure Vessels presents business growth opportunities for companies in the electromechanical equipment industry. Well-suited businesses would have expertise in manufacturing pressure vessels, meeting CE marking requirements, and international shipping standards. Companies with experience in supplying high-tech equipment for research facilities like CERN would also find this tender suitable. The contract duration of 24 months, including a warranty period, allows for stable business planning and potential extensions, making it attractive for medium-sized enterprises looking to expand their portfolio in the university research sector.

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

Cryogenic Pressure Vessels (DFX)

Notice 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.

Lot Information

Lot 1

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, sub assemblies, 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 was conducted as an open procedure; consisting of an Invitation to Tender stage where tenderers were 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 Contractor. 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03871c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/004957-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting


CPV Codes

31720000 - Electromechanical equipment

Notice Value(s)

Tender Value
£450,000 £100K-£500K
Lots Value
£450,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£450,000 £100K-£500K

Notice Dates

Publication Date
17 Feb 20233 years ago
Submission Deadline
22 Dec 2022Expired
Future Notice Date
Not specified
Award Date
20 Jan 20233 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 SOUTHAMPTON
Contact Name
Jenna Scott
Contact Email
j.c.scott@soton.ac.uk
Contact Phone
+44 2380595000

Buyer Location

Locality
SOUTHAMPTON
Postcode
SO17 1BJ
Post Town
Southampton
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ32 Southampton
Delivery Location
Not specified

Local Authority
Southampton
Electoral Ward
Portswood
Westminster Constituency
Southampton Test

Supplier Information

Number of Suppliers
1
Supplier Name

PUMA ENGINEERING AND CONSTRUCTION

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-03871c-2023-02-17T18:50:10Z",
    "date": "2023-02-17T18:50:10Z",
    "ocid": "ocds-h6vhtk-03871c",
    "description": "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.",
    "initiationType": "tender",
    "tender": {
        "id": "2022UoS-0620",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Cryogenic Pressure Vessels (DFX)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "31720000",
            "description": "Electromechanical equipment"
        },
        "mainProcurementCategory": "goods",
        "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.",
        "value": {
            "amount": 450000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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, sub assemblies, 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 was conducted as an open procedure; consisting of an Invitation to Tender stage where tenderers were 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 Contractor. 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Mandatory Criteria",
                            "type": "quality",
                            "description": "Pass/Fail"
                        },
                        {
                            "name": "Technical Requirements",
                            "type": "quality",
                            "description": "45%"
                        },
                        {
                            "name": "Delivery and Lead Time",
                            "type": "quality",
                            "description": "25%"
                        },
                        {
                            "name": "Price",
                            "type": "cost",
                            "description": "30%"
                        }
                    ]
                },
                "value": {
                    "amount": 450000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "CH"
                    },
                    {
                        "region": "CH"
                    }
                ],
                "deliveryLocation": {
                    "description": "CERN, Route de Meyrin 385,Reception Bld. 194, CH 1217, Geneva,Switzerland"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://in-tendhost.co.uk/universityofsouthampton",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "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": "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: PS10 million GBP per occurrence. Public Liability: PS10 million GBP per occurrence.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "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": "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",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-12-22T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2022-12-22T12:01:00Z"
        },
        "bidOpening": {
            "date": "2022-12-22T12:01:00Z"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-COH-RC000668",
            "name": "UNIVERSITY OF SOUTHAMPTON",
            "identifier": {
                "legalName": "UNIVERSITY OF SOUTHAMPTON",
                "id": "RC000668",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "BUILDING 85, HIGHFIELD CAMPUS,UNIVERSITY ROAD",
                "locality": "SOUTHAMPTON",
                "region": "UKJ32",
                "postalCode": "SO171BJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2380595000",
                "email": "j.c.scott@soton.ac.uk",
                "url": "https://in-tendhost.co.uk/universityofsouthampton",
                "name": "Jenna Scott"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.southampton.ac.uk",
                "buyerProfile": "https://in-tendhost.co.uk/universityofsouthampton",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-5788",
            "name": "University of Southampton",
            "identifier": {
                "legalName": "University of Southampton"
            },
            "address": {
                "locality": "Southampton",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-COH-4125743",
            "name": "Puma Engineering and Construction Ltd",
            "identifier": {
                "legalName": "Puma Engineering and Construction Ltd",
                "id": "4125743",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "1 Manor Court, Barnes Wallis Road",
                "locality": "Fareham",
                "region": "UKJ",
                "postalCode": "PO15 5TH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-RC000668",
        "name": "UNIVERSITY OF SOUTHAMPTON"
    },
    "language": "en",
    "awards": [
        {
            "id": "004957-2023-2022UoS-0620-1",
            "relatedLots": [
                "1"
            ],
            "title": "Cryogenic Pressure Vessels (DFX)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-4125743",
                    "name": "Puma Engineering and Construction Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "004957-2023-2022UoS-0620-1",
            "awardID": "004957-2023-2022UoS-0620-1",
            "title": "Cryogenic Pressure Vessels (DFX)",
            "status": "active",
            "value": {
                "amount": 450000,
                "currency": "GBP"
            },
            "dateSigned": "2023-01-20T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}