Tender

Cryogenic Helium Gas Circulation System

UNIVERSITY OF STRATHCLYDE

This public procurement record has 1 release in its history.

Tender

24 Oct 2018 at 00:00

Summary of the contracting process

The University of Strathclyde is currently engaged in an open procurement process for a contract titled "Cryogenic Helium Gas Circulation System", valued at £142,000. This initiative falls within the education sector and is based in Glasgow, UK. The tender is in the active stage, with submissions due by 16 November 2018, and the contract period is expected to run from 24 October 2018 to 1 May 2019. Interested suppliers are invited to participate electronically through the designated submission platform.

This procurement presents an excellent opportunity for businesses specialising in cryogenic systems, equipment fabrication, and related technological solutions. Companies that can demonstrate a robust track record in research and development along with an average annual turnover of £200,000 over the past three years would be particularly well-suited to compete for this contract. The requirements also highlight the potential for future collaborations or extensions, making it an advantageous prospect for innovative suppliers looking to grow their market presence in the academic 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 Helium Gas Circulation System

Notice Description

University of Strathclyde is pursuing research and development activities in the field of High Temperature Superconducting (HTS) cable and coil. A cryocooler based Helium circulation system is to be designed, commissioned, tested and installed. The equipment is required to absorb heat loads of HTS application. The circulation system will provide cold helium at 70 K to 20 K, >= 16 bar (a) at outlet with mass flow rate of >= 23 g/s.

Lot Information

Lot 1

This procurement is to appoint a supplier to provide the following; The system is to cool helium gas to cryogenic temperatures and circulate in a closed loop through a vessel (not included) containing a superconducting device. The helium gas system is required to remove heat from the superconducting device: 50 W of heat at 30 K- 50 K and 20 W of heat at 20 K. Heat leakage in the system is not included. The system consists of: 1. A vacuumed Vessel with a single cryocooler and a cryofan. The vessel will be hosted in a wheeled trolley. The vessel will incorporate two extra ports for additional cold heads if required later; 2. A pair of gas line (to superconducting device and from superconducting device); 3. A pair of manifold gas line for a second superconducting device; 4. Heat exchanger to transfer heat from the helium to the cold head; 5. Circulating fan which can control the flow rate and gas temperature; 6. Transfer lines to carry helium between the cryostat and the application vessel (maximum length 3 m each); 7. System Design and analysis; 8. Assembly and test.

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-r6ebe6-0000561924
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT335011
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

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

42 - Industrial machinery

45 - Construction work


CPV Codes

31161200 - Gas cooling systems

42500000 - Cooling and ventilation equipment

45331230 - Installation work of cooling equipment

Notice Value(s)

Tender Value
£142,000 £100K-£500K
Lots Value
£142,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Oct 20187 years ago
Submission Deadline
16 Nov 2018Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
24 Oct 2018 - 1 May 2019 6-12 months
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
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

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT335011
    Cryogenic Helium Gas Circulation System - University of Strathclyde is pursuing research and development activities in the field of High Temperature Superconducting (HTS) cable and coil. A cryocooler based Helium circulation system is to be designed, commissioned, tested and installed. The equipment is required to absorb heat loads of HTS application. The circulation system will provide cold helium at 70 K to 20 K, >= 16 bar (a) at outlet with mass flow rate of >= 23 g/s.

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-r6ebe6-0000561924-2018-10-24T00:00:00Z",
    "date": "2018-10-24T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000561924",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-25",
            "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": "Kirstie Peffers",
                "email": "kirstie.peffers@strath.ac.uk",
                "telephone": "+44 1415482823",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "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-25"
    },
    "tender": {
        "id": "UOS-13385-2018",
        "title": "Cryogenic Helium Gas Circulation System",
        "description": "University of Strathclyde is pursuing research and development activities in the field of High Temperature Superconducting (HTS) cable and coil. A cryocooler based Helium circulation system is to be designed, commissioned, tested and installed. The equipment is required to absorb heat loads of HTS application. The circulation system will provide cold helium at 70 K to 20 K, >= 16 bar (a) at outlet with mass flow rate of >= 23 g/s.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "42500000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45331230",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 142000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2018-11-16T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-11-16T12:00:00Z"
        },
        "documents": [
            {
                "id": "OCT335011",
                "documentType": "contractNotice",
                "title": "Cryogenic Helium Gas Circulation System",
                "description": "University of Strathclyde is pursuing research and development activities in the field of High Temperature Superconducting (HTS) cable and coil. A cryocooler based Helium circulation system is to be designed, commissioned, tested and installed. The equipment is required to absorb heat loads of HTS application. The circulation system will provide cold helium at 70 K to 20 K, >= 16 bar (a) at outlet with mass flow rate of >= 23 g/s.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT335011",
                "format": "text/html"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "This procurement is to appoint a supplier to provide the following; The system is to cool helium gas to cryogenic temperatures and circulate in a closed loop through a vessel (not included) containing a superconducting device. The helium gas system is required to remove heat from the superconducting device: 50 W of heat at 30 K- 50 K and 20 W of heat at 20 K. Heat leakage in the system is not included. The system consists of: 1. A vacuumed Vessel with a single cryocooler and a cryofan. The vessel will be hosted in a wheeled trolley. The vessel will incorporate two extra ports for additional cold heads if required later; 2. A pair of gas line (to superconducting device and from superconducting device); 3. A pair of manifold gas line for a second superconducting device; 4. Heat exchanger to transfer heat from the helium to the cold head; 5. Circulating fan which can control the flow rate and gas temperature; 6. Transfer lines to carry helium between the cryostat and the application vessel (maximum length 3 m each); 7. System Design and analysis; 8. Assembly and test.",
                "status": "active",
                "value": {
                    "amount": 142000,
                    "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": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2018-10-24T00:00:00Z",
                    "endDate": "2019-05-01T00:00:00Z"
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2018-11-16T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Please refer to the tender documentation for full details."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Please refer to these statements when completing section 4B of the ESPD (Scotland). 4B.2.2 - Bidders will be required to have an average yearly turnover of 200,000 GBP for the last three years. 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 Indemnity Insurance = 2 million GBP 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."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2019-04-15T00:00:00Z"
            }
        },
        "classification": {
            "id": "31161200",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "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 50% Technical/ 50% Commercial. The following scoring mechanism will be applied to the Quality Evaluation. 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 = 50% of tender Q1. Delivery Methodology- 10% Q2. Test Protocol- 30% Q3. Technical Solution- 40% Q4. Training Procedure- 10% Q5. Sustainability: Energy efficiency- 5% Q6. Warranty Period- 5% The buyer is using PCS-Tender to conduct this tendering exercise. The Project code is 12200 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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 12200. 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 12200. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:561924)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000561924"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}