Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Additional information can be obtained from the abovementioned address
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:
High Pressure and Temperature Chamber for Spray Research University of Edinburgh.
Reference number: EC0762
II.1.2)Main CPV code
90700000
II.1.3)Type of contract
Supplies
II.1.4)Short description:
The University (The Buyer) invites competitive tenders for the manufacture and delivery of a High Pressure (100 bar or more) and Temperature (1000 K) Chamber for Spray Measurements.
Bidders must self-certify their adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice.
II.1.5)Estimated total value
Value excluding VAT: 800 000.00 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)
90700000
38540000
II.2.3)Place of performance
NUTS code: UKM25
Main site or place of performance:
Edinburgh, Scotland, United Kingdom.
II.2.4)Description of the procurement:
This procurement is for a high pressure and temperature chamber for research on sprays. The chamber will have generous optical access for the application of passive and laser-based optical diagnostics. Our plans are to apply techniques such as passive luminescence imaging, shadowgraphy, elastic scattering, ballistic imaging, phase Doppler interferometry, and planar laser imaging (fluorescence, PIV, laser induced incandescence etc.). Most often the chamber will be used for transient fuel spray research associated with transportation engines, but it can and will be used for other studies as well.
This procurement is not divided into Lots due the need to coordinate the manufacture of the chamber with 1 supplier.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 800 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: yes
Description of renewals:
The contract period is initially for 18 months to cover the manufacture of the chamber with the option to extend for 4 years to cover warranty.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
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
Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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:
ESPD 4A.1 Statement
If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015).
III.1.2)Economic and financial standing
List and brief description of selection criteria:
ESPD 4B.1.1 Statement
Bidders will be required to have a minimum ‘general’ yearly turnover of 2 000 000 GBP for the last 3 years.
ESPD 4B.3 Statement
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/started trading.
ESPD 4B.5.1 and 4B.5.2 Statement
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 = 5 000 000 GBP
Public Liability Insurance = 5 000 000 GBP
Professional Indemnity Insurance = 2 000 000 GBP
Product Liability Insurance = 5 000 000 GBP
http://www.hse.gov.uk/pubns/hse40.pdf
ESPD 4B.6 Statement
Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations, and to confirm that they have available their 2 most recent sets of annual audited accounts including profit and loss information, which will be requested at a later stage.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
ESPD 4C.1.2 Statement
Bidders will be required to provide 3 examples from the previous 5 years that demonstrate that they have the relevant experience to deliver the goods and services as described in part II.2.4 of the OJEU Contract Notice. These examples must be of comparable value and complexity to the current requirement Responses should be clearly labelled and provided in a single document attached to the response box in PCS-T. Responses should contain the following information for each example:
Project Value.
Dates.
Client contact information.
Description of project.
Client testimonials if available.
Colour photographs if available.
Note: If you are unable to provide examples please explain why.
Minimum level(s) of standards possibly required:
ESPD 4D.1 1st Statement Quality Management.
The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
ESPD 4D.1 2nd statement Health and Safety
The chamber is a Pressure Vessel under the UK ‘Pressure Systems Safety Regulations 2000’ (PSSR) and as such will need to comply with the Pressure Systems Directive (PED) regarding design and construction. A data plate detailing design limits and manufacturers information must be attached to the vessel. A declaration of conformity must be provided by the supplier which covers all aspects of design (not just PED, e.g. electrical components, see http://www.hse.gov.uk/work-equipment-machinery/declaration-conformity.htm).
ESPD 4D1.1 1st Statement Quality Management. If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), then the bidder must have the following:
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of 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: 21/03/2017
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
IV.2.7)Conditions for opening of tenders
Date: 21/03/2017
Local time: 14:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
This procurement includes additional procurement-specific minimum requirements which are detailed in the Concluding Statements box of the Qualification Envelope in PCS-T.
Note: Bidders must complete the ESPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the ESPD Supplier Response Forms (MO Excel document) attached to ESPD questions 2C.1.1 (Technicians) and 2D.1.2 (Subcontractors) on PCS-T. These parties must complete the first 3 sections of the ESPD form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. If parties have not yet been identified, this information may be required at a later date. The University reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria.
Note: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visit https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code project_7691 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7691. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:483621).
VI.4)Procedures for review
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:
17/02/2017