Award

Design, Manufacture, Supply, Installation and Commissioning of an Industrial Gas Furnace

UNIVERSITY OF STRATHCLYDE

This public procurement record has 3 releases in its history.

Award

06 Jun 2018 at 00:00

TenderUpdate

24 Nov 2017 at 00:00

Tender

07 Nov 2017 at 00:00

Summary of the contracting process

The University of Strathclyde is currently in the award stage of a procurement process for the contract titled "Design, Manufacture, Supply, Installation and Commissioning of an Industrial Gas Furnace." This project, classified under the goods category within the education industry, is being conducted at the University's Advanced Forming Research Centre located in Inchinnan, Glasgow. The total budget allocated for this contract is £750,000, with key dates including the tender period ending on 8th January 2018 and the contract being signed on 5th June 2018.

This procurement presents a significant opportunity for businesses specialising in industrial equipment design, manufacturing, and installation, particularly those with expertise in advanced forging and gas furnace systems. Companies with a proven track record in delivering high-integrity metal alloys and an understanding of Industry 4.0 standards would be well-suited to compete. Additionally, bidders must have relevant certifications, such as ISO 9001 and ISO 14001, to qualify for this tender, making it a suitable challenge for established firms in the engineering or manufacturing sectors.

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

Notice Title

Design, Manufacture, Supply, Installation and Commissioning of an Industrial Gas Furnace

Notice Description

It is the University of Strathclyde's aim to award a single supplier a contract for the Design, Manufacture, Supply, Installation and Commissioning of an Industrial Gas Furnace.

Lot Information

Lot 1

The University requires a Supplier to design, manufacture, install and Commission a gas furnace that will be integrated with a multi-functional open, closed and isothermal forging press and manipulator. All equipment will be highly integrated and will require Industry 4 levels of control, accuracy and repeatability in order to provide a highly instrumented system which can record and control all process inputs and outputs necessary to understand and record forging conditions within each mode of operation. The system will be installed at University of Strathclyde Advanced Forming Research Centre (AFRC), Inchinnan Glasgow. The press/manipulator/furnace will be housed in a purpose built extension which will be built as part of this project. This document outlines the specification for the gas furnace. The facility will support the development of a wide range of improved, high integrity metal alloys for high temperature and other demanding applications. It will address the requirement for a representative, pilot scale facility to establish the processing parameters required for the production of advanced alloy forgings and to characterise the final materials and products. It will also offer a capability to provide next generation constitutive and microstructural formulations to validate mathematical modelling to put the science into the 'black art' of forging. The gas furnace shall be based upon a temperature range from 750degC up to 1150degC with a maximal internal temperature of 1200degC. The proposed furnace will be loaded by a manipulator. The maximum size parts will be 600mm diameter, 3000mm length and 1000kg. The furnace shall offer comply with aeronautic, automotive and industrial standard as AMS 2750. Please refer to Appendix M Guidance Notes for the ESPD in the General Attachments area of PCS-T for full details on the minimum technical and financial criteria for participating in this contract. Tenderers should note the criteria for Part 4C.1.2 Services in the ESPD, contained in the Qualification envelope of PCS-T, also detailed below. Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice.

Options: The University reserves the right to request additional deliveries by the Successful Tenderer either intended as partial replacement of supplies or installations or as the extension of existing supplies or installations. The University may at is sole discretion exercise this option.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000516995
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN321494
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

42 - Industrial machinery


CPV Codes

42300000 - Industrial or laboratory furnaces, incinerators and ovens

Notice Value(s)

Tender Value
£750,000 £500K-£1M
Lots Value
£750,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Jun 20187 years ago
Submission Deadline
8 Jan 2018Expired
Future Notice Date
Not specified
Award Date
5 Jun 20187 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF STRATHCLYDE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

Further Information

Notice Documents

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-r6ebe6-0000516995-2018-06-06T00:00:00Z",
    "date": "2018-06-06T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000516995",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-37",
            "name": "University of Strathclyde",
            "identifier": {
                "legalName": "University of Strathclyde"
            },
            "address": {
                "streetAddress": "40 George Street, Procurement Department",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G1 1QE"
            },
            "contactPoint": {
                "name": "Cat Marshall",
                "email": "catriona.marshall@strath.ac.uk",
                "telephone": "+44 1415482823",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.strath.ac.uk/"
            }
        },
        {
            "id": "org-3",
            "name": "University of Strathclyde",
            "identifier": {
                "legalName": "University of Strathclyde"
            },
            "address": {
                "streetAddress": "40 George Street, Procurement Department",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G1 1QE"
            },
            "contactPoint": {
                "name": "Cat Marshall",
                "email": "catriona.marshall@strath.ac.uk",
                "telephone": "+44 1415482823",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.strath.ac.uk/"
            }
        },
        {
            "id": "org-62",
            "name": "University of Strathclyde",
            "identifier": {
                "legalName": "University of Strathclyde"
            },
            "address": {
                "streetAddress": "40 George Street, Procurement Department",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G1 1QE"
            },
            "contactPoint": {
                "name": "Cat Marshall",
                "email": "catriona.marshall@strath.ac.uk",
                "telephone": "+44 1415482823",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.strath.ac.uk/"
            }
        }
    ],
    "buyer": {
        "name": "University of Strathclyde",
        "id": "org-62"
    },
    "tender": {
        "id": "UOS-10520-2017",
        "title": "Design, Manufacture, Supply, Installation and Commissioning of an Industrial Gas Furnace",
        "description": "It is the University of Strathclyde's aim to award a single supplier a contract for the Design, Manufacture, Supply, Installation and Commissioning of an Industrial Gas Furnace.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "deliveryLocation": {
                    "description": "Advanced Forming Research Centre 85 Inchinnan Drive Inchinnan Renfrew PA4 9LJ"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 750000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2018-01-08T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-01-08T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV300482",
                "documentType": "contractNotice",
                "title": "Design, Manufacture, Supply, Installation and Commissioning of an Industrial Gas Furnace",
                "description": "It is the University of Strathclyde's aim to award a single supplier a contract for the Design, Manufacture, Supply, Installation and Commissioning of an Industrial Gas Furnace.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV300482",
                "format": "text/html"
            },
            {
                "id": "JUN321494",
                "documentType": "awardNotice",
                "title": "Design, Manufacture, Supply, Installation and Commissioning of an Industrial Gas Furnace",
                "description": "It is the University of Strathclyde's aim to award a single supplier a contract for the Design, Manufacture, Supply, Installation and Commissioning of an Industrial Gas Furnace.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN321494",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The University requires a Supplier to design, manufacture, install and Commission a gas furnace that will be integrated with a multi-functional open, closed and isothermal forging press and manipulator. All equipment will be highly integrated and will require Industry 4 levels of control, accuracy and repeatability in order to provide a highly instrumented system which can record and control all process inputs and outputs necessary to understand and record forging conditions within each mode of operation. The system will be installed at University of Strathclyde Advanced Forming Research Centre (AFRC), Inchinnan Glasgow. The press/manipulator/furnace will be housed in a purpose built extension which will be built as part of this project. This document outlines the specification for the gas furnace. The facility will support the development of a wide range of improved, high integrity metal alloys for high temperature and other demanding applications. It will address the requirement for a representative, pilot scale facility to establish the processing parameters required for the production of advanced alloy forgings and to characterise the final materials and products. It will also offer a capability to provide next generation constitutive and microstructural formulations to validate mathematical modelling to put the science into the 'black art' of forging. The gas furnace shall be based upon a temperature range from 750degC up to 1150degC with a maximal internal temperature of 1200degC. The proposed furnace will be loaded by a manipulator. The maximum size parts will be 600mm diameter, 3000mm length and 1000kg. The furnace shall offer comply with aeronautic, automotive and industrial standard as AMS 2750. Please refer to Appendix M Guidance Notes for the ESPD in the General Attachments area of PCS-T for full details on the minimum technical and financial criteria for participating in this contract. Tenderers should note the criteria for Part 4C.1.2 Services in the ESPD, contained in the Qualification envelope of PCS-T, also detailed below. Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice.",
                "status": "complete",
                "value": {
                    "amount": 750000,
                    "currency": "GBP"
                },
                "options": {
                    "description": "The University reserves the right to request additional deliveries by the Successful Tenderer either intended as partial replacement of supplies or installations or as the extension of existing supplies or installations. The University may at is sole discretion exercise this option."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "contractPeriod": {
                    "durationInDays": 690
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2018-01-08T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Please refer to the tender documentation for full details."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "III.1.1 of the notice is not applicable to this procurement exercise."
                },
                {
                    "type": "economic",
                    "description": "Please refer to these statements when completing section 4B of the ESPD (Scotland) Statement 4B.1.2 Bidders will be required to have an average yearly turnover of 1,000,000 GBP for the last three years. Statement for 4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. Statement for 4B.5.1 - 4B.5.3 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 of insurance indicated below. Employer's (Compulsory) Liability Insurance = 5 million GBP Public Liability Insurance = 5 million GBP Product Liability Insurance = 5 million GBP Statement for 4B.6 The Contracting authority also reserves the right to undertake a credit risk rating check on Bidders. Should such checks be deemed appropriate to this procurement, the Contracting Authority shall utilise Dun & Bradstreet (D&B) credit check facility. Bidders must therefore evidence a good credit rating. In this instance, a good rating is defined as a D&B Failure Score of 20 or above. The Contracting Authority recommends that Bidders review their own D&B failure Score in advance of submitting their response. If, following this review Bidders consider that the D&B Failure Score does not reflect their current financial status the Bidder should give an explanation within the submission, together with any relevant supporting independent evidence. The Contracting Authority will review any such information as part of the evaluation of Bidder's financial status. Where the Bidder is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 2 years as part of their submission in order that the Contracting Authority may assess these to determine the suitability of the Bidder to undertake a contract of this size. Where a consortium response is received, the D&B Failure Score of each consortium member shall be assessed. Where the Bidder intends to sub-contract more than 25% of any Contract value of a single sub-contractor, the Contracting Authority reserves the right to assess each sub contractor. Should the Contracting Authority utilise the right to consider the D&B Failure score, Bidders who fail to achieve a minimum D&B failure score of 20 and above or fail to provide sufficient financial information (as above) to enable the Contracting Authority to undertake a financial assessment of their company may be excluded from this procurement exercise."
                },
                {
                    "type": "technical",
                    "description": "List and brief description of selection criteria: 4C.1.2 Services Bidders will be required to provide two examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part 11.2.4 of this OJEU Contract Notice. 4C.10 Subcontracting Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2018-05-07T00:00:00Z"
            }
        },
        "classification": {
            "id": "42300000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "amd-3",
                "description": "Disclosed Budget Requirement Due to the University's decision to disclose the GBP 750,000 (excluding VAT) budget for this requirement, Tenderers should note that a commercial submission of 15% or above this figure may render their entire tender return as non-compliant. This is due to the finite budget granted for this project. The University reserves the right to not consider further any tender returns that are 15% or more over this finite budget.",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "Disclosed Budget Requirement Due to the University's decision to disclose the GBP 750,000 (excluding VAT) budget for this requirement, Tenderers should note that a commercial submission of 15% or above this figure may render their entire tender return as non-compliant. This is due to the finite budget granted for this project. The University reserves the right to not consider further any tender returns that are 15% or more over this finite budget."
                        },
                        "where": {
                            "section": "VI.3"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "4D.1 Quality Assurance Schemes The bidder must hold a gold UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). 4D.2 Environmental Management Standards The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or hold a valid EMAS (or equivalent) certificate. Part 3: Exclusions Economic Operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. 4. Sub- contractors - Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. ITT Award Criteria The Price/Technical split for the ITT will be 60% Technical/ 40% Commercial. The following scoring mechanism will be applied to the Quality Evaluation. The award criteria questions and weightings will be published in the ITT. The scoring convention for Award Criteria will be as follows: 0 Unacceptable: Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 Poor: Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 Acceptable: Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 Good: Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 4 Excellent: Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. Technical Questionnaire: Section overall weight = 60% of tender Q1: 15% Q2: 15% Q3: 5% Q4: 10% Q5: 15% Q6: 15% Q7: 10% Q8: 5% Q9: 5% Q10: 5% The buyer is using PCS-Tender to conduct this tendering exercise. The Project code is 9418. For more information, see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: 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. 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. These will not form part of the contractual obligation and will not form part of the considerations at Tender evaluation stage. 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 the extension of existing supplies or installations. The Contracting Authority may at its sole discretion exercise this option. The terms and conditions governing this contract will be the University of Strathclyde's Standard Conditions of Purchase for Goods and Services, and the additional terms of contract at Part 2 of the Invitation to Tender. (SC Ref:545607)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000516995"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000516995"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000516995"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "UOS-10520-2017",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "UOS-10520-2017",
            "awardID": "UOS-10520-2017",
            "status": "active",
            "dateSigned": "2018-06-05T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 214-444439"
        }
    ]
}