英國採購案 - United Kingdom-Glasgow: Industrial or laboratory furnaces, incinerators and ovens
- 標題:United Kingdom-Glasgow: Industrial or laboratory furnaces, incinerators and ovens
- 採購機關名稱:University of Strathclyde
- 國別:英國
- 類別:機械
- 採購產品說明:Design, Manufacture, Supply, Installation and Commissioning of an Industrial Gas Furnace
- 標案號碼:2017/S 214-444439
- 資金來源:University of Strathclyde
- 合約型式:Supply Contract
- 截標日期:08/01/2018 12:00
- 開標日期:08/01/2018 12:00
- 標案金額:Value excluding VAT: 750 000.00 GBP
- 連結網站:http://ted.europa.eu/udl?uri=TED:NOTICE:444439-2017:TEXT:EN:HTML&src=0
- 聯絡人資料:
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
United Kingdom
Contact person: Cat Marshall
Telephone: +44 1415482823
E-mail: catriona.marshall@strath.ac.uk
http://www.strath.ac.uk/
http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
- 請附上採購詳細內容:
United Kingdom-Glasgow: Industrial or laboratory furnaces, incinerators and ovens
2017/S 214-444439
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
United Kingdom
Contact person: Cat Marshall
Telephone: +44 1415482823
E-mail: catriona.marshall@strath.ac.uk
NUTS code: UKM82
Internet address(es):
Main address: http://www.strath.ac.uk/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
I.2)Joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://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:
Design, Manufacture, Supply, Installation and Commissioning of an Industrial Gas Furnace.
Reference number: UOS-10520-2017
II.1.2)Main CPV code
42300000
II.1.3)Type of contract
Supplies
II.1.4)Short description:
It is the University of Strathclyde's aim to award a single supplier a contract for the Design, Manufacture, Supply, Installation and Commissioning of an Industrial Gas Furnace.
II.1.5)Estimated total value
Value excluding VAT: 750 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UKM82
Main site or place of performance:
Advanced Forming Research Centre, 85 Inchinnan Drive, Inchinnan, Renfrew, PA4 9LJ.
II.2.4)Description of the procurement:
The University requires a Supplier to design, manufacture, install and Commission a gas furnace that will be integrated with a multi-functional open, closed and isothermal forging press and manipulator. All equipment will be highly integrated and will require Industry 4 levels of control, accuracy and repeatability in order to provide a highly instrumented system which can record and control all process inputs and outputs necessary to understand and record forging conditions within each mode of operation. The system will be installed at University of Strathclyde Advanced Forming Research Centre (AFRC), Inchinnan Glasgow. The press/manipulator/furnace will be housed in a purpose built extension which will be built as part of this project. This document outlines the specification for the gas furnace.
The facility will support the development of a wide range of improved, high integrity metal alloys for high temperature and other demanding applications. It will address the requirement for a representative, pilot scale facility to establish the processing parameters required for the production of advanced alloy forgings and to characterise the final materials and products. It will also offer a capability to provide next generation constitutive and microstructural formulations to validate mathematical modelling to put the science into the ‘black art’ of forging.
The gas furnace shall be based upon a temperature range from 750°C up to 1 150°C with a maximal internal temperature of 1 200°C. The proposed furnace will be loaded by a manipulator. The maximum size parts will be 600 mm diameter, 3 000 mm length and 1 000 kg.
The furnace shall offer comply with aeronautic, automotive and industrial standard as AMS 2750.
Please refer to Appendix M Guidance Notes for the ESPD in the General Attachments area of PCS-T for full details on the minimum technical and financial criteria for participating in this contract.
Tenderers should note the criteria for Part 4C.1.2 Services in the ESPD, contained in the Qualification envelope of PCS-T, also detailed below.
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 750 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 23
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: yes
II.2.11)Information about options
Options: yes
Description of options:
The University reserves the right to request additional deliveries by the Successful Tenderer either intended as partial replacement of supplies or installations or as the extension of existing supplies or installations. The University may at is sole discretion exercise this option.
II.2.12)Information about electronic catalogues
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
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
III.1.1 of the notice is not applicable to this procurement exercise.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
Please refer to these statements when completing section 4B of the ESPD (Scotland)
Statement 4B.1.2
Bidders will be required to have an average yearly turnover of 1 000 000 GBP for the last 3 years.
Statement for 4B.3
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
Statement for 4B.5.1 — 4B.5.3
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 of insurance indicated below.
Employer's (Compulsory) Liability Insurance = 5 000 000 GBP
Public Liability Insurance = 5 000 000 GBP
Product Liability Insurance = 5 000 000 GBP
Statement for 4B.6
The Contracting authority also reserves the right to undertake a credit risk rating check on Bidders. Should such checks be deemed appropriate to this procurement, the Contracting Authority shall utilise Dun & Bradstreet (D&B) credit check facility. Bidders must
therefore evidence a good credit rating. In this instance, a good rating is defined as a D&B Failure Score of 20 or above.
The Contracting Authority recommends that Bidders review their own D&B failure Score in advance of submitting their response. If, following this review Bidders consider that the D&B Failure Score does not reflect their current financial status the Bidder should give an explanation within the submission, together with any relevant supporting independent evidence. The Contracting Authority will review any such information as part of the evaluation of Bidder's financial status. Where the Bidder is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 2 years as part of their
submission in order that the Contracting Authority may assess these to determine the suitability of the Bidder to undertake a contract of this size. Where a consortium response is received, the D&B Failure Score of each consortium member shall be assessed. Where the Bidder intends to sub-contract more than 25 % of any Contract value of a single sub-contractor, the Contracting Authority reserves the right to assess each sub contractor.
Should the Contracting Authority utilise the right to consider the D&B Failure score, Bidders who fail to achieve a minimum D&B failure score of 20 and above or fail to provide sufficient financial information (as above) to enable the Contracting Authority to undertake a financial assessment of their company may be excluded from this procurement exercise.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
List and brief description of selection criteria:
4C.1.2 Services
Bidders will be required to provide two examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part 11.2.4 of this OJEU Contract Notice.
4C.10 Subcontracting
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Please refer to the tender documentation for full details.
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.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 08/01/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 07/05/2018
IV.2.7)Conditions for opening of tenders
Date: 08/01/2018
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:
4D.1 Quality Assurance Schemes
The bidder must hold a gold UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
4D.2 Environmental Management Standards
The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or hold a valid EMAS (or equivalent) certificate.
Part 3: Exclusions
Economic Operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public
Contracts (Scotland) Regulations 2015.
- Sub- contractors — Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
ITT Award Criteria
The Price/Technical split for the ITT will be 60 % Technical/ 40 % Commercial. The following scoring mechanism will be applied to the Quality Evaluation.
The award criteria questions and weightings will be published in the ITT.
The scoring convention for Award Criteria will be as follows:
0 Unacceptable: Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 Poor: Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 Acceptable: Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 Good: Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on
how the requirements will be fulfilled.
4 Excellent: Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a
thorough understanding of the requirement and provides details of how the requirement will be met in full.
Technical Questionnaire: Section overall weight = 60 % of tender
Q1: 15 %
Q2: 15 %
Q3: 5 %
Q4: 10 %
Q5: 15 %
Q6: 15 %
Q7: 10 %
Q8: 5 %
Q9: 5 %
Q10: 5 %
The buyer is using PCS-Tender to conduct this tendering exercise. The Project code is 9418. For more information, see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
The Contracting Authority recognises that community benefits are a key component in maximising social, economic and environmental
benefits. The achievements and delivery of community benefits can contribute to the University of Strathclyde's Strategic Plan.
The Contracting Authority proposes to use a Voluntary Approach to Community Benefits for this requirement; this approach is to
encourage the Tenderer to offer Community Benefits post tender. These will not form part of the contractual obligation and will not form
part of the considerations at Tender evaluation stage.
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 the extension of existing supplies or installations. The Contracting Authority may at its sole discretion exercise this option.
The terms and conditions governing this contract will be the University of Strathclyde's Standard Conditions of Purchase for Goods and Services, and the additional terms of contract at Part 2 of the Invitation to Tender.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 9418. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:516995).
VI.4)Procedures for review
VI.4.1)Review body
University of Strathclyde
40 George Street, Procurement Department
Glasgow
G1 1QE
United Kingdom
Telephone: +44 1415482823
Internet address:http://www.strath.ac.uk/
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
07/11/2017