Notice Information
Notice Title
Composites Characterisation Equipment (Structural Integrity) for the AFRC
Notice Description
The University requires a Supplier to install and commission Composites Characterisation Equipment (Structural Integrity) that will include: - A phased array acquisition module able to detect wrinkles, resin-rich areas, impact damage, voids, porosity, cracks, delamination, and disbonds - A probe to analyse plate-like materials with high accuracy - A near-wall probe to analyse components with radius and/or complex geometry - A fixed array probe for the analysis of complex geometries
Lot Information
Lot 1
The University requires a Supplier to install and commission Composites Characterisation Equipment (Structural Integrity) that will include: - A phased array acquisition module able to detect wrinkles, resin-rich areas, impact damage, voids, porosity, cracks, delamination, and disbonds - A probe to analyse plate-like materials with high accuracy - A near-wall probe to analyse components with radius and/or complex geometry - A fixed array probe for the analysis of complex geometries The equipment will be installed at AFRC, Westway Park, Porterfield Road, Renfrew and situated in a purpose-built suitable environment. This document outlines the specification for the Composites Characterisation Equipment (Structural Integrity). The equipment will support the development of a wide range of improved, high integrity composite components for challenging applications. It will address the requirement for a pilot scale facility to record the parameters required for the inspection of advanced composite materials. The AFRC requires the equipment to assess various aspects of composite components to determine structural capability. 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. Tenderers will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in this 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 its sole discretion exercise this option.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000534215
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR314687
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award 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
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71630000 - Technical inspection and testing services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £76,802 Under £100K
Notice Dates
- Publication Date
- 27 Mar 20187 years ago
- Submission Deadline
- 14 Mar 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 26 Mar 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF STRATHCLYDE
- Contact Name
- Not specified
- Contact Email
- catriona.marshall@strath.ac.uk
- Contact Phone
- +44 1415482823
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
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR312629
Composites Characterisation Equipment (Structural Integrity) for the AFRC - The University requires a Supplier to install and commission Composites Characterisation Equipment (Structural Integrity) that will include: - A phased array acquisition module able to detect wrinkles, resin-rich areas, impact damage, voids, porosity, cracks, delamination, and disbonds - A probe to analyse plate-like materials with high accuracy - A near-wall probe to analyse components with radius and/or complex geometry - A fixed array probe for the analysis of complex geometries -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR314687
Composites Characterisation Equipment (Structural Integrity) for the AFRC - The University requires a Supplier to install and commission Composites Characterisation Equipment (Structural Integrity) that will include: - A phased array acquisition module able to detect wrinkles, resin-rich areas, impact damage, voids, porosity, cracks, delamination, and disbonds - A probe to analyse plate-like materials with high accuracy - A near-wall probe to analyse components with radius and/or complex geometry - A fixed array probe for the analysis of complex geometries
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-r6ebe6-0000534215-2018-03-27T00:00:00Z",
"date": "2018-03-27T00:00:00Z",
"ocid": "ocds-r6ebe6-0000534215",
"initiationType": "tender",
"parties": [
{
"id": "org-87",
"name": "University of Strathclyde",
"identifier": {
"legalName": "University of Strathclyde"
},
"address": {
"streetAddress": "40 George Street, Procurement Department",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1QE"
},
"contactPoint": {
"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-81",
"name": "University of Strathclyde",
"identifier": {
"legalName": "University of Strathclyde"
},
"address": {
"streetAddress": "40 George Street, Procurement Department",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1QE"
},
"contactPoint": {
"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/"
}
},
{
"id": "org-82",
"name": "Olympus KeyMed",
"identifier": {
"legalName": "Olympus KeyMed"
},
"address": {
"streetAddress": "KeyMed House, Stock Road",
"locality": "Southend-on-Sea",
"region": "UK",
"postalCode": "SS2 5QH"
},
"contactPoint": {
"telephone": "+44 1702616333",
"faxNumber": "+44 1702465677"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "University of Strathclyde",
"id": "org-81"
},
"tender": {
"id": "UOS-11682-2018",
"title": "Composites Characterisation Equipment (Structural Integrity) for the AFRC",
"description": "The University requires a Supplier to install and commission Composites Characterisation Equipment (Structural Integrity) that will include: - A phased array acquisition module able to detect wrinkles, resin-rich areas, impact damage, voids, porosity, cracks, delamination, and disbonds - A probe to analyse plate-like materials with high accuracy - A near-wall probe to analyse components with radius and/or complex geometry - A fixed array probe for the analysis of complex geometries",
"status": "complete",
"items": [
{
"id": "1",
"deliveryLocation": {
"description": "Advanced Forming Research Centre 85 Inchinnan Drive Renfrew PA4 9LJ"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-03-14T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-03-14T12:00:00Z"
},
"documents": [
{
"id": "MAR312629",
"documentType": "contractNotice",
"title": "Composites Characterisation Equipment (Structural Integrity) for the AFRC",
"description": "The University requires a Supplier to install and commission Composites Characterisation Equipment (Structural Integrity) that will include: - A phased array acquisition module able to detect wrinkles, resin-rich areas, impact damage, voids, porosity, cracks, delamination, and disbonds - A probe to analyse plate-like materials with high accuracy - A near-wall probe to analyse components with radius and/or complex geometry - A fixed array probe for the analysis of complex geometries",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR312629",
"format": "text/html"
},
{
"id": "MAR314687",
"documentType": "awardNotice",
"title": "Composites Characterisation Equipment (Structural Integrity) for the AFRC",
"description": "The University requires a Supplier to install and commission Composites Characterisation Equipment (Structural Integrity) that will include: - A phased array acquisition module able to detect wrinkles, resin-rich areas, impact damage, voids, porosity, cracks, delamination, and disbonds - A probe to analyse plate-like materials with high accuracy - A near-wall probe to analyse components with radius and/or complex geometry - A fixed array probe for the analysis of complex geometries",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR314687",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The University requires a Supplier to install and commission Composites Characterisation Equipment (Structural Integrity) that will include: - A phased array acquisition module able to detect wrinkles, resin-rich areas, impact damage, voids, porosity, cracks, delamination, and disbonds - A probe to analyse plate-like materials with high accuracy - A near-wall probe to analyse components with radius and/or complex geometry - A fixed array probe for the analysis of complex geometries The equipment will be installed at AFRC, Westway Park, Porterfield Road, Renfrew and situated in a purpose-built suitable environment. This document outlines the specification for the Composites Characterisation Equipment (Structural Integrity). The equipment will support the development of a wide range of improved, high integrity composite components for challenging applications. It will address the requirement for a pilot scale facility to record the parameters required for the inspection of advanced composite materials. The AFRC requires the equipment to assess various aspects of composite components to determine structural capability. 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. Tenderers will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in this part II.2.4 of the OJEU Contract Notice.",
"status": "complete",
"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 its sole discretion exercise this option."
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2018-03-14T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Please refer to the tender documentation for full details."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "II.1.1 is not applicable to this procurement exercise."
},
{
"type": "economic",
"description": "Please refer to these statements when completing part 4B of the ESPD (Scotland) Part 4B.2.2 Tenderers will be required to have an average yearly turnover of 180,000 GBP for the last three years. Part 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. Part 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 Part 4B.6 The Contracting Authority also reserves the right to undertake a credit risk rating check on Tenderers. 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 Conteacting Authority recommends that Tenderers review their own D&B Failure Score in advance of submitting their response. If, following this review, Tenderers consider that the D&B Failure Score does not reflect their current financial status, the Tenderer 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 the Tenderer's financial status. Where the Tenderer 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 Tenderer 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 Tenderer 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, Tenderers 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 Tenderers will be required to provide two examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of this Contract Notice. 4C.10 Subcontracting Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4C.12 Quality Control Bidders will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the following technical specifications or standards: All HSE and quality certificates of conformity to ensure compliance with PUWER legislation."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "71630000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "Award against framework: 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 exclcuded 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 Commercial/Technical split for the ITT will be 40% Technical/ 60% Commercial. The following scoring mechanism will be applied to the Technical Evaluation. The award criteria and questions 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 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 = 40% of tender Q.1 Overall Requirement: 25% Q.2 Phased Array Acquisition Module: 20% Q.3 Wheel Probe: 12% Q.4 Standard Phased Array Probe: 12% Q.5 Near Wall Probe: 12% Q.6 Commissioning and Production Support: 9% Q.7: Demonstration: 10% The Buyer is using PCS-Tender to conduct this tendering exercise. The Project code is 10410. For more information, see: https://www.publictendersscotland.publiccontractsscotland.gov.uk 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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 10410. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 10206. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:529909) (SC Ref:537029)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000534215"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000534215"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "UOS-11682-2018",
"suppliers": [
{
"id": "org-82",
"name": "Olympus KeyMed"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "UOS-11682-2018",
"awardID": "UOS-11682-2018",
"status": "active",
"value": {
"amount": 76802.37,
"currency": "GBP"
},
"dateSigned": "2018-03-26T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "151",
"measure": "bids",
"value": 2,
"relatedLot": "1"
}
]
}
}