Notice Information
Notice Title
The Supply Delivery Installation and Commissioning of Collaborative Robots and Welding Simulation System
Notice Description
The University of Strathclyde (Contracting Authority) on behalf of the National Manufacturing Institute of Scotland (NMIS) seeks a single supplier to supply, deliver, install and commission a Collaborative Robot and Welding Simulation System, to be delivered and installed at the NMIS ETX EnergyWorks facility. The Contract duration is anticipated for a period of 14 months inclusive of a 12 month warranty period and a maximum 6 to 8 week lead time.
Lot Information
Lot 1
The Contract Notice relates to an open tender below the Agreement on Government Procurement (GPA) threshold for the supply, delivery, installation and commissioning of Collaborative Robots and Welding Simulation System. A single supplier is required to carry out all aspects of the Contract. The successful supplier shall be able to fulfil the below non-exhaustive list of requirements: 1. The Contracting Collaborative Robots and Welding Simulation System requires a Collaborative Robots and Welding Simulation System. 2. The above noted will comply with the minimum reach dimensions of at least 1700mm and maximum 2000mm. 3. The required solution shall provide at least one collaborative robot unit equipped with advanced welding simulation and programming software capabilities. 4. The required solution must provide one collaborative robot unit equipped with three interchangeable end effectors--a two-finger gripper, a parallel gripper, and a vacuum gripper--using a mounting system that allows trained users to swap them easily, preferably all from the same manufacturer. 5. The solution must include an industrial-grade welding table of at least 1000 mm x 1000 mm with a customizable mounting system--usable for both collaborative robot unit cells--that supports collaborative robot unit installation, allows logo-panel customization, and provides integrated storage for collaborative robot unit accessories. 6.The collaborative robot unit in their initial form must use no more than standard 240V 13A mains power. 7. The required solution must be Collaborative Robot Units certified to meet the requirements of International Standard ISO 10218-1, accredited by an internationally accredited certification body. 8. The required solution's contact stop function shall be certified to meet the requirements of International ISO 13849-1 for Category 3, PL (Performance Level). 9. The offered Equipment shall be compliant with the Directive 2009/125/EC and the Regulation 2019/1784/EU 10. The offered solution shall be delivered to the NMIS facility within an maximum 6 to 8 week lead time. 11. The successful supplier shall include a minimum warranty period of 12 months within their offer.. 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."
Options: In line with Regulation 72 - Modification of Contracts During their Term - of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with that Regulation in some cases. Modifications may be made irrespective of value, including where modifications exceed 50% of the initial Contract value or arise due to unforeseen circumstances, provided they comply with Regulation 72 and do not alter the overall nature of the Contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000821993
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB549016
- 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
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
-
- CPV Codes
38800000 - Industrial process control equipment and remote-control equipment
38810000 - Industrial process control equipment
42000000 - Industrial machinery
42997300 - Industrial robots
Notice Value(s)
- Tender Value
- £150,000 £100K-£500K
- Lots Value
- £150,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Feb 20264 days ago
- Submission Deadline
- 20 Feb 20262 weeks to go
- 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF STRATHCLYDE
- Contact Name
- Nicholas Nixon
- Contact Email
- nicholas.nixon@strath.ac.uk
- Contact Phone
- +44 1415524400
Buyer Location
- Locality
- GLASGOW
- Postcode
- G1 1XU
- 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=FEB549016
The Supply Delivery Installation and Commissioning of Collaborative Robots and Welding Simulation System - The University of Strathclyde (Contracting Authority) on behalf of the National Manufacturing Institute of Scotland (NMIS) seeks a single supplier to supply, deliver, install and commission a Collaborative Robot and Welding Simulation System, to be delivered and installed at the NMIS ETX EnergyWorks facility. The Contract duration is anticipated for a period of 14 months inclusive of a 12 month warranty period and a maximum 6 to 8 week lead time.
Notice URLs
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-r6ebe6-0000821993-2026-02-06T00:00:00Z",
"date": "2026-02-06T00:00:00Z",
"ocid": "ocds-r6ebe6-0000821993",
"initiationType": "tender",
"parties": [
{
"id": "org-17",
"name": "University of Strathclyde",
"identifier": {
"legalName": "University of Strathclyde"
},
"address": {
"streetAddress": "Learning & Teaching Building, 49 Richmond Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1XU"
},
"contactPoint": {
"name": "Nicholas Nixon",
"email": "nicholas.nixon@strath.ac.uk",
"telephone": "+44 1415524400",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer"
],
"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-18",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "University of Strathclyde",
"id": "org-17"
},
"tender": {
"id": "UOS-41124-2026",
"title": "The Supply Delivery Installation and Commissioning of Collaborative Robots and Welding Simulation System",
"description": "The University of Strathclyde (Contracting Authority) on behalf of the National Manufacturing Institute of Scotland (NMIS) seeks a single supplier to supply, deliver, install and commission a Collaborative Robot and Welding Simulation System, to be delivered and installed at the NMIS ETX EnergyWorks facility. The Contract duration is anticipated for a period of 14 months inclusive of a 12 month warranty period and a maximum 6 to 8 week lead time.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "42997300",
"scheme": "CPV"
},
{
"id": "38800000",
"scheme": "CPV"
},
{
"id": "38810000",
"scheme": "CPV"
},
{
"id": "42000000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "National Manufacturing Institute of Scotland (NMIS) ETZ EnergyWorks"
},
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 150000,
"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": "2026-02-20T12:00:00Z"
},
"awardPeriod": {
"startDate": "2026-02-20T12:00:00Z"
},
"documents": [
{
"id": "FEB549016",
"documentType": "contractNotice",
"title": "The Supply Delivery Installation and Commissioning of Collaborative Robots and Welding Simulation System",
"description": "The University of Strathclyde (Contracting Authority) on behalf of the National Manufacturing Institute of Scotland (NMIS) seeks a single supplier to supply, deliver, install and commission a Collaborative Robot and Welding Simulation System, to be delivered and installed at the NMIS ETX EnergyWorks facility. The Contract duration is anticipated for a period of 14 months inclusive of a 12 month warranty period and a maximum 6 to 8 week lead time.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB549016",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Contract Notice relates to an open tender below the Agreement on Government Procurement (GPA) threshold for the supply, delivery, installation and commissioning of Collaborative Robots and Welding Simulation System. A single supplier is required to carry out all aspects of the Contract. The successful supplier shall be able to fulfil the below non-exhaustive list of requirements: 1. The Contracting Collaborative Robots and Welding Simulation System requires a Collaborative Robots and Welding Simulation System. 2. The above noted will comply with the minimum reach dimensions of at least 1700mm and maximum 2000mm. 3. The required solution shall provide at least one collaborative robot unit equipped with advanced welding simulation and programming software capabilities. 4. The required solution must provide one collaborative robot unit equipped with three interchangeable end effectors--a two-finger gripper, a parallel gripper, and a vacuum gripper--using a mounting system that allows trained users to swap them easily, preferably all from the same manufacturer. 5. The solution must include an industrial-grade welding table of at least 1000 mm x 1000 mm with a customizable mounting system--usable for both collaborative robot unit cells--that supports collaborative robot unit installation, allows logo-panel customization, and provides integrated storage for collaborative robot unit accessories. 6.The collaborative robot unit in their initial form must use no more than standard 240V 13A mains power. 7. The required solution must be Collaborative Robot Units certified to meet the requirements of International Standard ISO 10218-1, accredited by an internationally accredited certification body. 8. The required solution's contact stop function shall be certified to meet the requirements of International ISO 13849-1 for Category 3, PL (Performance Level). 9. The offered Equipment shall be compliant with the Directive 2009/125/EC and the Regulation 2019/1784/EU 10. The offered solution shall be delivered to the NMIS facility within an maximum 6 to 8 week lead time. 11. The successful supplier shall include a minimum warranty period of 12 months within their offer.. 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.\"",
"status": "active",
"value": {
"amount": 150000,
"currency": "GBP"
},
"options": {
"description": "In line with Regulation 72 - Modification of Contracts During their Term - of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with that Regulation in some cases. Modifications may be made irrespective of value, including where modifications exceed 50% of the initial Contract value or arise due to unforeseen circumstances, provided they comply with Regulation 72 and do not alter the overall nature of the Contract."
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 420
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2026-02-20T12:00:00Z",
"address": {
"streetAddress": "University of Strathclyde"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "4B.1.2 Turnover Bidders will be required to have an average yearly turnover of a minimum of 300,000.00 GBP for the last 3 years.",
"minimum": "4B.5.1a - 4B.5.3 Insurances 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 and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10m GBP Public and Product Liability Insurance = 10m GBP Professional Liability Insurance = NOT USED"
},
{
"type": "technical",
"description": "4C Services Requirement - Supply & Services Contracts - Minimum number of relevant examples: 2 (Two). Requirement: Provide two (2) examples that demonstrate the relevant experience to deliver the supplies and services as stated in the Contract Notice. Please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice: (Examples from both public and/or private sector customers and clients may be provided) 4C 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: The offered solution shall conform to EN ISO 10218-1 standards, EN 60204-1 standards, EN/ISO 13849-1 standards, Directive 2009/125/EC and Regulation 2019/1784/EU. If this cannot be provided, bidders will be required to explain why, and to confirm details of other means of proof that can be provided (issuing authority, address, reference of documentation).",
"minimum": "EN ISO 10218-1 standards. EN 60204-1 standards. EN/ISO 13849-1 standards. Directive 2009/125/EC. Regulation 2019/1784/EU."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2026-06-22T00:00:00Z"
}
},
"classification": {
"id": "42997300",
"scheme": "CPV"
},
"reviewDetails": "Precise information on deadline(s) for review procedures: An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI2015/446) (as amended) may bring proceedings to the Sheriff Court or the Court of Session",
"hasRecurrence": false
},
"language": "EN",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31083. 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 31083. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: A menu of Community Benefits has been developed which provides details of types of benefits the University seeks to be delivered through its contracting activity. This menu highlights the key priorities of the University which are aligned to its Procurement Strategy and Sustainable Procurement Duty. The Community Benefits menu targets delivery of outcomes in relation to: Targeted Employment and Training Initiatives; Educational Support Initiatives; Supply Chain Development Activity; Vocational Training; Community, Corporate Social Responsibility (CSR) and Environmental Initiatives; Supported Business, Third Sector and Voluntary Sector Initiatives. The Community Benefits Menu provides a definition and where appropriate details of the specific points attributed to each outcome and should be considered when preparing tender documentation. (SC Ref:821993)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000821993"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}