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

The Supply and Delivery and Installation of an Industry 4.0 Demonstrator

  • First published: 25 January 2022
  • Last modified: 25 January 2022

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:
Published by:
University of Strathclyde
Authority ID:
AA20484
Publication date:
25 January 2022
Deadline date:
23 February 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Contracting Authority seeks to secure supplier(s) to supply, deliver and commission an Industry 4.0 demonstrator. The Contracting Authority anticipates awarding a contract to up to the top six (6) ranked evaluated Tenderers. The Contracting Authority at its entire discretion will reserve the right to award the contract to one (1) supplier, to multiple suppliers or to award the Contract in whole or in part.The Contracting Authority reserves the right to abandon the tender process prior to award. Given that the University seeks to obtain multiple demonstrators, suppliers intending to submit a bid must ensure their equipment will not occupy the full footprint of 10m by 10m detailed within the specification. In addition, potential suppliers shall note that their offered equipment must not exceed the value of 240,000.00 GBP. The value is set to ensure the budget will allow the purchase of multiple demonstrators under the contract. A decision on the number of suppliers to be awarded via this contract will be based on, the evaluation of tenderers against the published evaluation criteria, as well as the availability of space for individual demonstrators. The Contracting Authority requires a supplier that can fulfill the below non-exhaustive list of requirements:

-The offered equipment must be installed and commissioned at NMIS by the awarded supplier(s).

- The offered equipment must include automated elements such as movement of demonstration components and or similar.

-Remote access to live web-based dashboards for NMIS staff will be enabled.

- All data acquired and visualised within the demonstrator will be real data and will not be simulated or pre-generated virtually.

-The awarded supplier will be required to support the University by assisting in the demonstration of the offered solution at a minimum of one (1) industry event.

-The awarded supplier must provide, as a minimum, a thirty-six (36) month warranty on goods, inclusive of all parts, labour and shipping costs.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University of Strathclyde

40 George Street, Procurement Department

Glasgow

G1 1QE

UK

Contact person: Natasha Murray

Telephone: +44 1415484451

E-mail: natasha.murray@strath.ac.uk

NUTS: UKM82

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

I.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

www.publictendersscotland.publiccontractsscotland.gov.uk


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

The Supply and Delivery and Installation of an Industry 4.0 Demonstrator

Reference number: UOS-22362-2021

II.1.2) Main CPV code

42000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Contracting Authority seeks to undertake a tender exercise to secure supplier(s) to supply, deliver and commission an Industry 4.0 demonstrator that will show the latest technologies in automation, robotics and digital connectivity to allow the successful adoption of the technologies by UK Manufactures.

II.1.5) Estimated total value

Value excluding VAT: 720 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

51430000

42000000

42900000

51510000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

National Manufacturing Institute of Scotland

II.2.4) Description of the procurement

The Contracting Authority seeks to secure supplier(s) to supply, deliver and commission an Industry 4.0 demonstrator. The Contracting Authority anticipates awarding a contract to up to the top six (6) ranked evaluated Tenderers. The Contracting Authority at its entire discretion will reserve the right to award the contract to one (1) supplier, to multiple suppliers or to award the Contract in whole or in part.The Contracting Authority reserves the right to abandon the tender process prior to award. Given that the University seeks to obtain multiple demonstrators, suppliers intending to submit a bid must ensure their equipment will not occupy the full footprint of 10m by 10m detailed within the specification. In addition, potential suppliers shall note that their offered equipment must not exceed the value of 240,000.00 GBP. The value is set to ensure the budget will allow the purchase of multiple demonstrators under the contract. A decision on the number of suppliers to be awarded via this contract will be based on, the evaluation of tenderers against the published evaluation criteria, as well as the availability of space for individual demonstrators. The Contracting Authority requires a supplier that can fulfill the below non-exhaustive list of requirements:

-The offered equipment must be installed and commissioned at NMIS by the awarded supplier(s).

- The offered equipment must include automated elements such as movement of demonstration components and or similar.

-Remote access to live web-based dashboards for NMIS staff will be enabled.

- All data acquired and visualised within the demonstrator will be real data and will not be simulated or pre-generated virtually.

-The awarded supplier will be required to support the University by assisting in the demonstration of the offered solution at a minimum of one (1) industry event.

-The awarded supplier must provide, as a minimum, a thirty-six (36) month warranty on goods, inclusive of all parts, labour and shipping costs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

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

Duration in months: 38

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: Yes

Description of options:

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 extensions of existing supplies and installations.

The Contracting Authority may at it's sole discretion exercise this option.

II.2.13) Information about European Union funds

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

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:

4B.1.2 Bidders will be required to have an average yearly turnover of a minimum of 480,000.00 GBP for the last 3 years.

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 Risk Indemnity Insurance = NOT USED

In respect of any one incident and unlimited as to number of claims, and adequate insurances covering all the Contractor's other liabilities

in terms of the Contract.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

4.C 1.2. Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the supplies as

described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

Please provide a minimum of three (3) examples of experience of supply and delivery of the equipment as detailed within the specification

over the last three (3) years.


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: Yes

IV.2) Administrative information

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

Date: 23/02/2022

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: 23/02/2022

Local time: 12:00

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20472. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:680657)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

1 Carlton Pl

Glasgow

G5 9DA

UK

Telephone: +141 4298888

VI.5) Date of dispatch of this notice

24/01/2022

Coding

Commodity categories

ID Title Parent category
42000000 Industrial machinery Technology and Equipment
51510000 Installation services of general-purpose machinery and equipment Installation services of machinery and equipment
51430000 Installation services of laboratory equipment Installation services of medical and surgical equipment
42900000 Miscellaneous general and special-purpose machinery Industrial machinery

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:
natasha.murray@strath.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.