Contract Notice (below OJEU threshold)
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.2) Joint procurement
The contract is awarded by a central purchasing body
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, Delivery and Installation of Machining and Robot Cells
Reference number: UOS-22754-2022
II.1.2) Main CPV code
42000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The University of Strathclyde requires a suitably qualified supplier to supply, deliver, install and commission a large industrial robot and machining cell on site at the National Manufacturing Institute of Scotland (NMIS).
II.1.5) Estimated total value
Value excluding VAT:
128 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
42900000
51430000
51500000
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
Industrial automation is an ever-growing sector, and one which the National Manufacturing Institute of Scotland (NMIS) is actively involved in. In order to develop on the theme of automation within the machining sector, NMIS require a robotic machining cell and a large industrial robot cell. NMIS envision the purchase of the equipment will expand the institution's capabilities and ensure the delivery of projects which require a degree of flexibility when machining more complex geometries in relation to the machining cell, and give general flexibility when in relation to the large industrial robot cell.
NMIS require a single suitably qualified supplier supply, deliver, install and commission the equipment in line with the below non-exhaustive specification list:
- The offered robot machining cell must include a robot which has a maximum rated payload capacity 10kg.
- The offered robot machining cell must include a teach pendant for robot control.
- The footprint of the enclosed robot machining cell must not exceed 1650 x 1500 x 1900 (W x D x H) mm.
The equipment must have a reach of at least 3 m.
- The offered industrial robot cell must have a rated payload capacity of between 120 kg and 150 kg
-The offered industrial robot cell must be able to support 120 kg at least 300 mm away from the equipment flange, in all three principle orthoganal directions.
- The offered industrial robot cell's controller must facilitate communication via EtherCAT.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Cost
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
128 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 33
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 256,000.00 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:
25/02/2022
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
25/02/2022
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 20684. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:683176)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
1 Carlton Pl
Glasgow
G5 9DA
UK
Telephone: +44 1414298888
VI.5) Date of dispatch of this notice
11/02/2022