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