Tender

Design, Manufacture, Supply and Commissioning of a Chiller Unit for 300T Rotary Friction Welder

UNIVERSITY OF STRATHCLYDE

This public procurement record has 1 release in its history.

Tender

17 May 2018 at 00:00

Summary of the contracting process

The University of Strathclyde is currently engaged in a tender process for the design, manufacture, supply, and commissioning of a chiller unit for a 300-ton rotary friction welder. This procurement falls under the education industry category and is taking place in Glasgow, UK. The tender is at the active stage and will accept submissions until 6th June 2018, with bid opening on the same date. The procurement is being conducted through an open procedure, with electronic submissions required via a specified online portal.

This tender presents valuable opportunities for businesses in the manufacturing and engineering sectors, particularly those with experience in the design and installation of industrial cooling systems. Suppliers equipped to meet the technical and financial criteria outlined in the tender will benefit from engaging in this project, which may also serve to enhance their portfolio with future collaborations in the educational sector. Firms holding relevant certifications and a financial turnover of at least £100,000 over the last three years will be well-positioned to compete effectively.

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

Design, Manufacture, Supply and Commissioning of a Chiller Unit for 300T Rotary Friction Welder

Notice Description

The University requires a supplier to design, manufacture, install and commission a Chiller Unit for a 300T Rotary Friction Welder. The Unit will be housed externally to the building. All pipework and connections required between the Chiller and Rotary Friction Welder are incorporated within the tender requirements.

Lot Information

Lot 1

The University requires a Supplier to design, manufacture, install and Commission a chiller unit for a 300T Rotary Friction Welder. The unit will be housed externally to the building. All pipework and connections required between the chiller and the Rotary Friction Welder are incorporated within the tender requirements. The system will be installed at University of Strathclyde Advanced Forming Research Centre (AFRC), Inchinnan Renfrew. This document outlines the specification for the chiller unit. Please refer to Appendix N guidance Notes for the ESPD in the General Attachments area of PCS-T for full details of 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 this 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-r6ebe6-0000542912
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319336
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract 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

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products


CPV Codes

39180000 - Laboratory furniture

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

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

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF STRATHCLYDE
Contact Name
Denise Kyle
Contact Email
denise.kyle@strath.ac.uk
Contact Phone
+44 1415484451

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=MAY319336
    Design, Manufacture, Supply and Commissioning of a Chiller Unit for 300T Rotary Friction Welder - The University requires a supplier to design, manufacture, install and commission a Chiller Unit for a 300T Rotary Friction Welder. The Unit will be housed externally to the building. All pipework and connections required between the Chiller and Rotary Friction Welder are incorporated within the tender requirements.

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-r6ebe6-0000542912-2018-05-17T00:00:00Z",
    "date": "2018-05-17T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000542912",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-43",
            "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": "Denise Kyle",
                "email": "denise.kyle@strath.ac.uk",
                "telephone": "+44 1415484451",
                "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/"
            }
        }
    ],
    "buyer": {
        "name": "University of Strathclyde",
        "id": "org-43"
    },
    "tender": {
        "id": "UOS-12220-2018",
        "title": "Design, Manufacture, Supply and Commissioning of a Chiller Unit for 300T Rotary Friction Welder",
        "description": "The University requires a supplier to design, manufacture, install and commission a Chiller Unit for a 300T Rotary Friction Welder. The Unit will be housed externally to the building. All pipework and connections required between the Chiller and Rotary Friction Welder are incorporated within the tender requirements.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "deliveryLocation": {
                    "description": "Advanced Forming Research Centre 85 Inchinnan Drive Inchinnan Renfrew PA4 9LJ"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2018-06-06T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-06-06T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAY319336",
                "documentType": "contractNotice",
                "title": "Design, Manufacture, Supply and Commissioning of a Chiller Unit for 300T Rotary Friction Welder",
                "description": "The University requires a supplier to design, manufacture, install and commission a Chiller Unit for a 300T Rotary Friction Welder. The Unit will be housed externally to the building. All pipework and connections required between the Chiller and Rotary Friction Welder are incorporated within the tender requirements.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319336",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The University requires a Supplier to design, manufacture, install and Commission a chiller unit for a 300T Rotary Friction Welder. The unit will be housed externally to the building. All pipework and connections required between the chiller and the Rotary Friction Welder are incorporated within the tender requirements. The system will be installed at University of Strathclyde Advanced Forming Research Centre (AFRC), Inchinnan Renfrew. This document outlines the specification for the chiller unit. Please refer to Appendix N guidance Notes for the ESPD in the General Attachments area of PCS-T for full details of 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 this Contract Notice.",
                "status": "active",
                "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": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2018-06-06T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Please refer to the tender documentation for full details."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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 on the ESPD (Scotland) Statement 4B.1.2 Bidders will be required to have an average yearly turnover of 100,000 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 = 2 million GBP Public Liability Insurance = 2 million GBP Product Liability Insurance = 2 million GBP Statement for 4B.6 The Contracting Authority 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 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 nformation 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 two 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 subcontract more than 25% of any contract value of a single subcontractor, the Contracting Authority reserves the right to assess each subcontractor. 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 Authoruty to undertake a financial assessment of their company may be excluded from this procurement exercise."
                },
                {
                    "type": "technical",
                    "description": "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 II.2.4 of this 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": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "39180000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "4D.1 Quality Assurance Schemes The bidder must hold a gold UKAS (or equivalent) accredited independent third party certificate in accordance with BS EN ISO 9001 (or equivalent). 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. ITT Award Criteria The Price/Quality split for the ITT will be 60% Price / 40% Quality. 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: 4 Excellent response - is excellent overall and will include a balance of completely relevant elements of the Contract as specified (but not limited to the specifications). 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. 3 Good response - is relevant and will include a balance of elements of the Contract as specified (but not limited to the specifications) The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 2 Acceptable response - will include some elements of the Contract as specified (but not limited to the specifications). The response addresses a broad understanding of the requirement but lacks details on how the requirement will be fulfilled. 1 Poor response - is partially relevant and will include few elements of the Contract as specified (but not limited to the specifications) The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled 0 Unacceptable - Nil or inadequate response Fails to demonstrate an ability to meet the requirement Technical Assessment: Section overall weight = 40% of tender Q1: 30% Q2: 40% Q3: 30% The buyer is using PCS-Tender to conduct this tendering exercise. The Project Code is 10840. 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 an 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 abd 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 10840. 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 (SC Ref:542912)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000542912"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}