Notice Information
Notice Title
250kN Servo-Hydraulic Test Machine
Notice Description
The Testing and Structures Research Laboratory (TSRL) has a number of 100kN test frames and a larger 630kN frame. Recent strategic research directions have meant that we require samples that need more force than 100kN but are dimensionally too small to fit in the 630kN machine. Subsequently, the University requires a new Servo-Hydraulic Test Machine with load capacity of approximately 250kN to complement our existing capabilities and fill in the gap between our existing machines. The TSRL has capacity within its existing hydraulic infrastructure to include this additional machine in terms of hydraulic flow and available outlets of the existing 210bar ring main. The scope of this procurement is to provide, install and commission a 250kN test machine with a t-slotted (or equivalent base) alongside an appropriate load cell, hydraulic grips, control system and associated software and hardware interfaces. The system will be used for both static and dynamic testing and thus must be fatigue rated for large numbers of cycles.
Lot Information
Lot 1
The Testing and Structures Research Laboratory (TSRL) has a number of 100kN test frames and a larger 630kN frame. Recent strategic research directions have meant that we require samples that need more force than 100kN but are dimensionally too small to fit in the 630kN machine. Subsequently, the University requires a new Servo-Hydraulic Test Machine with load capacity of approximately 250kN to complement our existing capabilities and fill in the gap between our existing machines. The TSRL has capacity within its existing hydraulic infrastructure to include this additional machine in terms of hydraulic flow and available outlets of the existing 210bar ring main. The scope of this procurement is to provide, install and commission a 250kN test machine with a t-slotted (or equivalent base) alongside an appropriate load cell, hydraulic grips, control system and associated software and hardware interfaces. The system will be used for both static and dynamic testing and thus must be fatigue rated for large numbers of cycles. Procurement Process This procurement process was conducted as an Open procedure consisting of an Invitation to Tender stage only. Contract Period: The University entered into a contract for one year and six months with the awarded supplier, consisting of a six month delivery lead time and a one year warranty period to commence upon delivery and acceptance of the goods. Additional information: This contract was NOT suitable for splitting into Lots. This is the purchase of a single piece of equipment therefore dividing the requirement into Lots would undermine proper execution of the Contract and would not be possible from a technical perspective.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04365d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/012114-2024
- 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
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
-
- CPV Codes
38542000 - Servo-hydraulic test apparatus
Notice Value(s)
- Tender Value
- £180,000 £100K-£500K
- Lots Value
- £180,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £140,060 £100K-£500K
Notice Dates
- Publication Date
- 15 Apr 20241 years ago
- Submission Deadline
- 11 Mar 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 14 Apr 20241 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF SOUTHAMPTON
- Contact Name
- Morgan Hughes
- Contact Email
- procurement@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
- TLJ32 Southampton
-
- Local Authority
- Southampton
- Electoral Ward
- Portswood
- Westminster Constituency
- Southampton Test
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-04365d-2024-04-15T10:41:40+01:00",
"date": "2024-04-15T10:41:40+01:00",
"ocid": "ocds-h6vhtk-04365d",
"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. 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 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, 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, tenderers are consenting to publication of this information unless otherwise agreed in advance with the University. Costs and Expenses: Tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances will the University be liable for any costs or expenses borne by tenderers or any of their supply chain, partners or advisers in this procurement process. The University is not liable for any costs in the event of the cancellation of this procurement process.",
"initiationType": "tender",
"tender": {
"id": "2023UoS-1140",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "250kN Servo-Hydraulic Test Machine",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "38542000",
"description": "Servo-hydraulic test apparatus"
},
"mainProcurementCategory": "goods",
"description": "The Testing and Structures Research Laboratory (TSRL) has a number of 100kN test frames and a larger 630kN frame. Recent strategic research directions have meant that we require samples that need more force than 100kN but are dimensionally too small to fit in the 630kN machine. Subsequently, the University requires a new Servo-Hydraulic Test Machine with load capacity of approximately 250kN to complement our existing capabilities and fill in the gap between our existing machines. The TSRL has capacity within its existing hydraulic infrastructure to include this additional machine in terms of hydraulic flow and available outlets of the existing 210bar ring main. The scope of this procurement is to provide, install and commission a 250kN test machine with a t-slotted (or equivalent base) alongside an appropriate load cell, hydraulic grips, control system and associated software and hardware interfaces. The system will be used for both static and dynamic testing and thus must be fatigue rated for large numbers of cycles.",
"value": {
"amount": 180000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Testing and Structures Research Laboratory (TSRL) has a number of 100kN test frames and a larger 630kN frame. Recent strategic research directions have meant that we require samples that need more force than 100kN but are dimensionally too small to fit in the 630kN machine. Subsequently, the University requires a new Servo-Hydraulic Test Machine with load capacity of approximately 250kN to complement our existing capabilities and fill in the gap between our existing machines. The TSRL has capacity within its existing hydraulic infrastructure to include this additional machine in terms of hydraulic flow and available outlets of the existing 210bar ring main. The scope of this procurement is to provide, install and commission a 250kN test machine with a t-slotted (or equivalent base) alongside an appropriate load cell, hydraulic grips, control system and associated software and hardware interfaces. The system will be used for both static and dynamic testing and thus must be fatigue rated for large numbers of cycles. Procurement Process This procurement process was conducted as an Open procedure consisting of an Invitation to Tender stage only. Contract Period: The University entered into a contract for one year and six months with the awarded supplier, consisting of a six month delivery lead time and a one year warranty period to commence upon delivery and acceptance of the goods. Additional information: This contract was NOT suitable for splitting into Lots. This is the purchase of a single piece of equipment therefore dividing the requirement into Lots would undermine proper execution of the Contract and would not be possible from a technical perspective.",
"awardCriteria": {
"criteria": [
{
"name": "Mandatory Technical Requirements",
"type": "quality",
"description": "Pass / Fail"
},
{
"name": "Name: Highly Desirable Technical Requirements",
"type": "quality",
"description": "Overall Weighting 52.50%"
},
{
"name": "Highly Desirable Technical - Section 1 - Machine and Hardware Requirements",
"type": "quality",
"description": "5.00%"
},
{
"name": "Highly Desirable Technical - Section 2 - Control System and Software Requirements",
"type": "quality",
"description": "23.00%"
},
{
"name": "Highly Desirable Technical - Section 3 - Installation Requirements",
"type": "quality",
"description": "4.00%"
},
{
"name": "Highly Desirable Technical - Section 4 - Service, Maintenance and Warranty Requirements",
"type": "quality",
"description": "11.00%"
},
{
"name": "Highly Desirable Technical - Section 5 - Moving Plan Requirements",
"type": "quality",
"description": "5.00%"
},
{
"name": "Highly Desirable Technical - Section 6 - Delivery Requirements",
"type": "quality",
"description": "1.50%"
},
{
"name": "Highly Desirable Technical - Section 7 - Training Requirements",
"type": "quality",
"description": "3.00%"
},
{
"name": "Desirable Technical Requirements",
"type": "quality",
"description": "Overall Weighting 17.50%"
},
{
"name": "Desirable Technical - Section 1 - Machine and Hardware",
"type": "quality",
"description": "2.00%"
},
{
"name": "Desirable Technical - Section 2 - Control System and Software",
"type": "quality",
"description": "11.50%"
},
{
"name": "Desirable Technical - Section 8 - Added Value",
"type": "quality",
"description": "4.00%"
},
{
"type": "price",
"description": "30.00%"
}
]
},
"value": {
"amount": 180000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 540
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKJ32"
},
{
"region": "UKJ32"
}
],
"deliveryLocation": {
"description": "Southampton, Hampshire, UK"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "To support the financial assessment, the University will obtain a Business Risk Report for all Tenderers 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. Product Liability: PS10 million GBP per occurrence and in aggregate",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Tenderers attention is drawn to the MANDATORY requirements of the award criteria: Grounds for mandatory exclusion - Mandatory technical requirements M1 to M19 - Failure to meet the minimum required score for Highly desirable technical requirements S1 to S12 Grounds for discretionary exclusion -Economic & Financial Standing -Insurance -Compliance with equality legislation -Health & Safety -Legal requirements -Control of Contractors Health & Safety (CC3) Form",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2024-03-11T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2024-03-11T12:01:00Z"
},
"bidOpening": {
"date": "2024-03-11T12:01:00Z"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-UKPRN-10007158",
"name": "UNIVERSITY OF SOUTHAMPTON",
"identifier": {
"legalName": "UNIVERSITY OF SOUTHAMPTON",
"id": "10007158",
"scheme": "GB-UKPRN"
},
"address": {
"streetAddress": "HIGHFIELD CAMPUS,UNIVERSITY ROAD",
"locality": "SOUTHAMPTON",
"region": "UKJ32",
"postalCode": "SO17 1BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Morgan Hughes",
"telephone": "+44 2380595000",
"email": "procurement@soton.ac.uk",
"url": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.southampton.ac.uk",
"buyerProfile": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-8641",
"name": "University of Southampton",
"identifier": {
"legalName": "University of Southampton"
},
"address": {
"streetAddress": "University Road",
"locality": "Southampton",
"postalCode": "SO17 1BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurement@soton.ac.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-UKPRN-10007185",
"name": "UNIVERSITY OF SOUTHAMPTON",
"identifier": {
"legalName": "UNIVERSITY OF SOUTHAMPTON",
"id": "10007185",
"scheme": "GB-UKPRN"
},
"address": {
"streetAddress": "HIGHFIELD CAMPUS,UNIVERSITY ROAD",
"locality": "SOUTHAMPTON",
"region": "UKJ32",
"postalCode": "SO171BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Morgan Hughes",
"telephone": "+44 2380595000",
"email": "procurement@soton.ac.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.southampton.ac.uk",
"buyerProfile": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-COH-559693",
"name": "Instron",
"identifier": {
"legalName": "Instron",
"id": "559693",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "Saxon House, 2-4 Victoria Street",
"locality": "Windsor",
"region": "UKJ11",
"postalCode": "SL4 1EN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-108128",
"name": "University of Southampton",
"identifier": {
"legalName": "University of Southampton"
},
"address": {
"streetAddress": "Highfield Campus, University Road",
"locality": "Southampton",
"postalCode": "SO171BJ",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://www.southampton.ac.uk"
}
}
],
"buyer": {
"id": "GB-UKPRN-10007185",
"name": "UNIVERSITY OF SOUTHAMPTON"
},
"language": "en",
"awards": [
{
"id": "012114-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-559693",
"name": "Instron"
}
]
}
],
"contracts": [
{
"id": "012114-2024-1",
"awardID": "012114-2024-1",
"status": "active",
"value": {
"amount": 140060,
"currency": "GBP"
},
"dateSigned": "2024-04-15T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}