Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

250kN Servo-Hydraulic Test Machine

  • First published: 02 February 2024
  • Last modified: 02 February 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04365d
Published by:
University of Southampton
Authority ID:
AA20936
Publication date:
02 February 2024
Deadline date:
11 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Testing and Structures Research Laboratory (TSRL) has a number of 100kN test frames and a larger 630kN frame. Recent strategic research directions have meant that we require samples that need more force than 100kN but are dimensionally too small to fit in the 630kN machine. Subsequently, the University requires a new Servo-Hydraulic Test Machine with load capacity of approximately 250kN to complement our existing capabilities and fill in the gap between our existing machines.

The TSRL has capacity within its existing hydraulic infrastructure to include this additional machine in terms of hydraulic flow and available outlets of the existing 210bar ring main. The scope of this procurement is to provide, install and commission a 250kN test machine with a t-slotted (or equivalent base) alongside an appropriate load cell, hydraulic grips, control system and associated software and hardware interfaces. The system will be used for both static and dynamic testing and thus must be fatigue rated for large numbers of cycles.

The University is conducting this procurement using the Open Procedure in accordance with the requirements of the Regulations for the purpose of procuring the goods described in the Specification.

The University proposes to enter into a Contract for one year and six months - this will be the maximum contract period.

This will comprise of an initial contract period of six months for the provision of the equipment with an additional twelve months warranty period for support and maintenance.

The contract will be effective upon signing. The term of the warranty of twelve months will run from the date of acceptance of the equipment.

The estimated value of the contract is between £165,000.00 and £180,000.00 excluding VAT. This value includes all related components, services and maintenance for the contract period.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

UNIVERSITY OF SOUTHAMPTON

10007158

HIGHFIELD CAMPUS,UNIVERSITY ROAD

SOUTHAMPTON

SO17 1BJ

UK

Contact person: Morgan Hughes

Telephone: +44 2380595000

E-mail: procurement@soton.ac.uk

NUTS: UKJ32

Internet address(es)

Main address: http://www.southampton.ac.uk

Address of the buyer profile: https://in-tendhost.co.uk/universityofsouthampton/aspx/Home

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://in-tendhost.co.uk/universityofsouthampton/aspx/Home


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/universityofsouthampton/aspx/Home


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

250kN Servo-Hydraulic Test Machine

Reference number: 2023UoS-1140

II.1.2) Main CPV code

38542000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Testing and Structures Research Laboratory (TSRL) has a number of 100kN test frames and a larger 630kN frame. Recent strategic research directions have meant that we require samples that need more force than 100kN but are dimensionally too small to fit in the 630kN machine. Subsequently, the University requires a new Servo-Hydraulic Test Machine with load capacity of approximately 250kN to complement our existing capabilities and fill in the gap between our existing machines.

The TSRL has capacity within its existing hydraulic infrastructure to include this additional machine in terms of hydraulic flow and available outlets of the existing 210bar ring main. The scope of this procurement is to provide, install and commission a 250kN test machine with a t-slotted (or equivalent base) alongside an appropriate load cell, hydraulic grips, control system and associated software and hardware interfaces. The system will be used for both static and dynamic testing and thus must be fatigue rated for large numbers of cycles.

II.1.5) Estimated total value

Value excluding VAT: 180 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKJ32


Main site or place of performance:

Southampton, Hampshire, England

II.2.4) Description of the procurement

The Testing and Structures Research Laboratory (TSRL) has a number of 100kN test frames and a larger 630kN frame. Recent strategic research directions have meant that we require samples that need more force than 100kN but are dimensionally too small to fit in the 630kN machine. Subsequently, the University requires a new Servo-Hydraulic Test Machine with load capacity of approximately 250kN to complement our existing capabilities and fill in the gap between our existing machines.

The TSRL has capacity within its existing hydraulic infrastructure to include this additional machine in terms of hydraulic flow and available outlets of the existing 210bar ring main. The scope of this procurement is to provide, install and commission a 250kN test machine with a t-slotted (or equivalent base) alongside an appropriate load cell, hydraulic grips, control system and associated software and hardware interfaces. The system will be used for both static and dynamic testing and thus must be fatigue rated for large numbers of cycles.

The University is conducting this procurement using the Open Procedure in accordance with the requirements of the Regulations for the purpose of procuring the goods described in the Specification.

The University proposes to enter into a Contract for one year and six months - this will be the maximum contract period.

This will comprise of an initial contract period of six months for the provision of the equipment with an additional twelve months warranty period for support and maintenance.

The contract will be effective upon signing. The term of the warranty of twelve months will run from the date of acceptance of the equipment.

The estimated value of the contract is between £165,000.00 and £180,000.00 excluding VAT. This value includes all related components, services and maintenance for the contract period.

II.2.5) Award criteria

Criteria below:

Quality criterion: Mandatory Technical Requirements / Weighting: Pass / Fail

Quality criterion: Highly Desirable Technical Requirements / Weighting: Overall Weighting 52.50%

Quality criterion: Highly Desirable Technical - Section 1 - Machine and Hardware Requirements / Weighting: 5.00%

Quality criterion: Highly Desirable Technical - Section 2 - Control System and Software Requirements / Weighting: 23.00%

Quality criterion: Highly Desirable Technical - Section 3 - Installation Requirements / Weighting: 4.00%

Quality criterion: Highly Desirable Technical - Section 4 - Service, Maintenance and Warranty Requirements / Weighting: 11.00%

Quality criterion: Highly Desirable Technical - Section 5 - Moving Plan Requirements / Weighting: 5.00%

Quality criterion: Highly Desirable Technical - Section 6 - Delivery Requirements / Weighting: 1.50%

Quality criterion: Highly Desirable Technical - Section 7 - Training Requirements / Weighting: 3.00%

Quality criterion: Desirable Technical Requirements / Weighting: Overall Weighting 17.50%

Quality criterion: Desirable Technical - Section 1 - Machine and Hardware / Weighting: 2.00%

Quality criterion: Desirable Technical - Section 2 - Control System and Software / Weighting: 11.50%

Quality criterion: Desirable Technical - Section 8 - Added Value / Weighting: 4.00%

Price / Weighting:  30.00%

II.2.6) Estimated value

Value excluding VAT: 180 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This contract is NOT suitable for splitting into lots. The risk of dividing the requirement into Lots would render the execution of the contract excessively technically difficult, not cost effective and would undermine proper execution of the contract.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

To support the financial assessment, the University will obtain a Business Risk Report for all Tenderers and every organisation that is being relied on to meet this procurement, using an independent company called Creditsafe.

The University reserves the right to exclude a Tenderer or request provision of further assurances such as parent company/bank guarantee or performance bonds where a Tenderer's Business Risk Score is: "Moderate Risk"; "High Risk"; "Very High Risk"; or "Not Rated", based on the rating provided by Creditsafe.

Where a Business Risk Score from our external system is not available, then an alternative method of assessing financial standing will be used.

This method is detailed within the Invitation to Tender document set.


Minimum level(s) of standards required:

Tenderers are advised that a requirement of this procurement is to have in place, or commit to obtain prior to the commencement of the contract, the following minimum insurance levels:

Employers (Compulsory) Liability: £10 million GBP per occurrence.

Public Liability: £10 million GBP per occurrence.

Product Liability: £10 million GBP per occurrence and in aggregate

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Tenderers attention is drawn to the MANDATORY requirements of the award criteria:

Grounds for mandatory exclusion

- Mandatory technical requirements M1 to M19

- Failure to meet the minimum required score for Highly desirable technical requirements S1 to S12

Grounds for discretionary exclusion

-Economic & Financial Standing

-Insurance

-Compliance with equality legislation

-Health & Safety

-Legal requirements

-Control of Contractors Health & Safety (CC3) Form


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 11/03/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 11/03/2024

Local time: 12:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

E-Tendering Portal: The University is utilising an electronic tendering tool, In-Tend (https://intendhost.co.uk/ universityofsouthampton) to manage this procurement and to communicate with potential suppliers and/or tenderers (as appropriate).

All documentation in relation to this tender can be downloaded from In-Tend.

Tenderers are advised that there will be no hard copy documents issued and all communications with the University, including the submission of Selection Stage and/or Invitation to Tender responses will be conducted via In-Tend.

Regular monitoring of the portal is the responsibility of the tenderer.

If you are not already registered as a supplier with the University of Southampton, you will need to register in In-Tend in order to access the procurement documentation.

Once you have logged in as a supplier: click on 'Tenders'; locate the relevant project; and click 'View Details'. Once you are in the project screen, you will be able to register your organisation against the project and access all documentation by clicking 'Express Interest'.

Potential suppliers/tenderers are advised that formal expressions of interest in the project must be by way of completion and return of the relevant documents via In-Tend.

Further instructions for the submission of responses are below:

To submit your return:

1. Log in

2. Click 'Tenders'

3. Locate the relevant project

4. View details

5. Click on the tab relating to the relevant project stage (e.g. 'Invitation to Tender')

6. Click on the 'Attach Documents' button and upload your return.

7. Check ALL your response documents are uploaded and displayed in the 'My Tender Return' panel. The system will only permit your organisation to make one return.

8. Click the red 'Submit Return' button.

Please note, to preserve the integrity of the procurement, all communications with the University must be made via the correspondence function within In-Tend.

Publication of Award Details: In accordance with Regulation 50, paragraph (2) of the Public Contracts Regulations 2015, the University intends to publish the value of any resulting contract at the award stage, and reserves the right to do so. By submitting a response, tenderers are consenting to publication of this information unless otherwise agreed in advance with the University.

Costs and Expenses: Tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances will the University be liable for any costs or expenses borne by tenderers or any of their supply chain, partners or advisers in this procurement process.

The University is not liable for any costs in the event of the cancellation of this procurement process.

VI.4) Procedures for review

VI.4.1) Review body

University of Southampton

University Road

Southampton

SO17 1BJ

UK

E-mail: procurement@soton.ac.uk

VI.5) Date of dispatch of this notice

01/02/2024

Coding

Commodity categories

ID Title Parent category
38542000 Servo-hydraulic test apparatus Machines and apparatus for testing and measuring

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@soton.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.