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

School of Chemistry: Refinery Gas Analysers and GC x GC

  • First published: 05 November 2023
  • Last modified: 05 November 2023

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-041180
Published by:
University of St Andrews
Authority ID:
AA22984
Publication date:
05 November 2023
Deadline date:
05 December 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Requirements

All items are considered as a single package

1.1. 2 x Refinery Gas Analysers

The RGAs will be used to determine catalyst performance through continuous in-line analysis of tail gas on each reactor unit. The following specifications are required:

- Simultaneous detection of hydrocarbons (up to C14), permanent gases, and hydrogen with a single injection.

- Heat traced up to point of injection. The RGA’s will be used for hot tail gas analysis with heating tracing (180 C) up to the reactor sampling point.

- Flameout detection and automatic reignition

- Workstation and software

1.2. 2D GC

The 2D GC will be employed for detailed analysis of complex liquid product mixtures. The following specifications are required:

- Quantitative analysis of complex hydrocarbon mixtures containing alkanes, alkenes and oxygenates up to C100. For reference, the work reported by Partington et al, Journal of Analytical Science and Technology (2020) 11:42, https://doi.org/10.1186/s40543-020-00235-5, gives a good overview of product slates likely to be encountered. We anticipate a high degree of branched hydrocarbons, which will further complicate product separation.

- Mass spec detection

- Workstation and software

1.3. Sustained Operation

Costs for servicing and maintenance contracts for 4 years beyond the warranty period shall be provided and will cover:

- Annual preventive maintenance visit.

- Access to telephone and email support during office hours.

- Service visits (travel and labour).

- Service parts.

Expected response time from receiving the enquiry should also be included.

1.4. Documentation

System documentation will be delivered in the following form;

- 1 x Paper Copy

- 1 x Electronic Copy (USB-Stick)

The documentation shall include, but not be limited to;

- Calibration reports and certificates where applicable

- Functional test reports

- User manual(s)

- UKCA marking & documentation

- Training at customer site

- Delivery under Incoterms 2010 DAP, St Andrews University, UK

Please see tender documents for full details.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University of St Andrews

Walter Bower House, Eden Campus

Guardbridge

KY16 0US

UK

Contact person: Adrian Wood

Telephone: +44 1334462523

E-mail: procurement@st-andrews.ac.uk

NUTS: UKM72

Internet address(es)

Main address: http://www.st-andrews.ac.uk/procurement/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00111

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://in-tendhost.co.uk/universityofstandrews


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/universityofstandrews


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:

https://in-tendhost.co.uk/universityofstandrews


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

School of Chemistry: Refinery Gas Analysers and GC x GC

Reference number: CHM/031123/PW/SL

II.1.2) Main CPV code

38434000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The core objective of the project this equipment will facilitate is to establish the fundamental science component of a new Power-to-Liquids facility at the University of St Andrews' Eden campus.

To achieve this, we seek to procure via this Procurement exercise:

(i) 2 x Refinery gas analysers (RGA) that provide a complete solution for the separation of mixtures of various hydrocarbons, permanent gases, and sulfur compounds. The RGAs will be integrated with 2 reactor units for continuous in-line analysis of reactor tail gas.

(ii) 2-Dimensional Gas Chromatograph that enables detailed analysis of complex liquid product mixtures.

II.1.5) Estimated total value

Value excluding VAT: 200 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

38432210

II.2.3) Place of performance

NUTS code:

UKM72


Main site or place of performance:

UK-St Andrews

II.2.4) Description of the procurement

Requirements

All items are considered as a single package

1.1. 2 x Refinery Gas Analysers

The RGAs will be used to determine catalyst performance through continuous in-line analysis of tail gas on each reactor unit. The following specifications are required:

- Simultaneous detection of hydrocarbons (up to C14), permanent gases, and hydrogen with a single injection.

- Heat traced up to point of injection. The RGA’s will be used for hot tail gas analysis with heating tracing (180 C) up to the reactor sampling point.

- Flameout detection and automatic reignition

- Workstation and software

1.2. 2D GC

The 2D GC will be employed for detailed analysis of complex liquid product mixtures. The following specifications are required:

- Quantitative analysis of complex hydrocarbon mixtures containing alkanes, alkenes and oxygenates up to C100. For reference, the work reported by Partington et al, Journal of Analytical Science and Technology (2020) 11:42, https://doi.org/10.1186/s40543-020-00235-5, gives a good overview of product slates likely to be encountered. We anticipate a high degree of branched hydrocarbons, which will further complicate product separation.

- Mass spec detection

- Workstation and software

1.3. Sustained Operation

Costs for servicing and maintenance contracts for 4 years beyond the warranty period shall be provided and will cover:

- Annual preventive maintenance visit.

- Access to telephone and email support during office hours.

- Service visits (travel and labour).

- Service parts.

Expected response time from receiving the enquiry should also be included.

1.4. Documentation

System documentation will be delivered in the following form;

- 1 x Paper Copy

- 1 x Electronic Copy (USB-Stick)

The documentation shall include, but not be limited to;

- Calibration reports and certificates where applicable

- Functional test reports

- User manual(s)

- UKCA marking & documentation

- Training at customer site

- Delivery under Incoterms 2010 DAP, St Andrews University, UK

Please see tender documents for full details.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 200 000.00  GBP

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

Duration in months: 3

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

All tenders for the University of St Andrews are administered through our eTendering System (InTend).To Express an Interest please go to our tender website at https://intendhost.co.uk/universityofstandrews

Please note that 'Notes of Interest' placed via PCS (Public Contracts Scotland) are not automatically accepted

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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: 05/12/2023

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 05/12/2023

Local time: 12:00

Place:

Procurement - University of St Andrews

Information about authorised persons and opening procedure:

Appointed Procurement Staff.

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

All tenders for the University of St Andrews are administered through our eTendering System (InTend).To Express an Interest please go to our tender website at https://intendhost.co.uk/universityofstandrews

Please note that 'Notes of Interest' placed via PCS (Public Contracts Scotland) are not automatically accepted

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=749126.

(SC Ref:749126)

VI.4) Procedures for review

VI.4.1) Review body

Dundee Sheriff Court

6 West Bell Street

Dundee

DD1 9AD

UK

Telephone: +44 1382229961

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The University of St Andrews will incorporate a minimum of 10 calendar day standstill period at the point of information on the award of the contract being communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from The University of St Andrews.

If an appeal regarding the award of contract has not been successfully resolved The Public Contracts (Scotland) Regulations 2012 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session.

The anticipated review body in such cases would be:

Dundee Sheriff Court

6 West Bell Street

Dundee

DD1 9AD

Telephone: +44 1382 229 961

Anyone bringing court proceedings against the University of St Andrews must inform the University of St Andrews in advance of the alleged breach and its intention to bring proceedings. Any such action must be brought within 15 days of the date on which a decision is sent to them or published to challenge that decision.

Proceedings seeking an ineffectiveness order must be brought within 30 days of the publication of the contract award notice in the OJEU, or 30 days from the date of a decision letter to all tenderers concerned, and any candidates concerned, containing a summary of the reason for the recipient being unsuccessful, otherwise 6 months from the date of entering into the contract or concluding the framework agreement.

Where a contract has not been entered into the Court may, by interim order, suspend the procurement procedure. The court may also set aside a decision or actions taken by the University or order it to amend and document; and/or award damages. However, by express requirement the court may decide not to grant an interim order when the negative consequences of such an order are likely to outweigh the benefits, having regard to a number of considerations.

If the contract has been entered into the Court may, depending on the nature of the breach: make an ineffectiveness order; impose a financial penalty; shorten the duration of the contract; make any other order considered appropriate to address the consequences of ineffectiveness or shortening the duration or the contract; award damages.

VI.5) Date of dispatch of this notice

03/11/2023

Coding

Commodity categories

ID Title Parent category
38434000 Analysers Detection and analysis apparatus
38432210 Gas chromatographs Analysis apparatus

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@st-andrews.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.