By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Experimental Heat Exchanger Unit set for Experimental Thermal Storage Set (ITT/556).

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

University of Nottingham
Kings Meadow Campus Lenton Lane
Contact point(s): https://www.in-tendhost.co.uk/universityofnottingham/
For the attention of: PROC ITT/556
NG7 2NR Nottingham
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://www.nottingham.ac.uk

Address of the buyer profile: https://www.in-tendhost.co.uk/universityofnottingham/

Further information can be obtained from: https://www.in-tendhost.co.uk/universityofnottingham/
Contact point(s): https://www.in-tendhost.co.uk/universityofnottingham/

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: https://www.in-tendhost.co.uk/universityofnottingham/
Contact point(s): https://www.in-tendhost.co.uk/universityofnottingham/

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Experimental Heat Exchanger Unit set for Experimental Thermal Storage Set (ITT/556).
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKF14

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Summary of the Requirement:
The equipment specified is intended to serve as a part of a larger experimental arrangement. The other part comprises thermal storage provisions, means for charging up those thermal stores and for passing ambient-pressure air through them. The present specification comprises the following discrete parts:
(a)
A pair of identical contra-flow heat-exchanger units (HXUs). These units will each be housed in a standard 20 foot shipping container. They will work to exchange heat between ambient-pressure1 air and air at a "high pressure” (HP) between 30bar and 70bar.
(b)
A system for circulating HP air through the heat exchangers. This system must be (removably) connected to the cool ends of the HP systems of the two HXUs and must include a suitable expansion vessel, some provision for cooling the HP air between the two cool ends and some provision for heating the HP air between the two hot ends. A bridge is also required at the hot ends of the HXU sets.
(c)
A system for circulating LP air through the heat exchangers. This system must be (removably) connected to the cool end of the LP air system.
All components of the system are intended to be movable. Thus it must be safe and convenient to lift components on and off trucks. Each HXU will be an independent module and may be required to operate at some future time as an independent stand-alone heat-exchanger unit.
The continued operability of this system for a period of 4 years is to be the responsibility of the main contractor. The equipment will be kept outdoors - mainly at a site in Nottingham University but it may see salt-spray within the 4-year life. Each heat-exchanger unit will be located above a thermocline set - also in standard 20 ft shipping containers. These thermocline sets are not within the scope of this equipment description - they are being sourced independently. A cover will be fitted above the heat-exchanger units (also sourced independently).
(see Contract Notice ref Tender PROC HF ITT/548 thermocline Test sets)
Full details in the ITT published.
Note: Pre-Return bidder briefing session for prospective bidders: 04 November, University campus. Please express interest through the etendering system for tender docs and meeting details.
II.1.6)Common procurement vocabulary (CPV)

45251140, 65400000, 42164000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Two idenytical thermocline sets, blower system, hot box and outdoor cover. Movable system required.
Note: Experimental Thermal Storage set tendered separately but at the same time reference ITT PROC HF ITT548.
II.2.2)Information about options
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 19.12.2013. Completion 31.3.2015

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Please see tender document.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please see tender document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please see tender document
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions:
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Completion of Questionnaires and various other tender documents. Any supplier may be disqualified who is:
a) bankrupt or is being wound up, whose affairs are being administered by the Court, who has entered into an arrangement with creditors or who is in any analogous situation arising from a similar procedure under National Laws and Regulations;
b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the Court or for an arrangement with creditors or is the subject of any other similar proceedings under National Laws or Regulations;
c) has been convicted of an offence concerning his professional conduct by a judgement which has the force of res judicata;
d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify;
g) is guilty of serious misrepresentation in supplying the information required under the provisions of the Directive on the criteria for qualitative selection;
e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
f) has not fulfiled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority.
Minimum level(s) of standards possibly required: As contained in the Questionnaires and various other tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See tender document.
Minimum level(s) of standards possibly required:
See tender document.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PROC HF ITT/548
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
22.11.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 60 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 22.11.2013 - 12:30

Place:

UoN offices Nottingham.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised officers of UoN.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

All correspondence and expressions of interest relating to this project MUST be made through the University of Nottingham e-tendering website: https://in-tendhost.co.uk/universityofnottingham/

Non compliant expressions of interest will not be considered or acknowledged. The UoN reserves the right to cancel the tender process at any stage.The UoN does not accept any liability for costs incurred in tendering. Variation will be accepted where adequately explained by the tenderer and provided that these variations comply with the standards specified in the selection and claims criteria of the the tender document.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

See V1.4.2
UNITED KINGDOM

Body responsible for mediation procedures

n/a
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The UoN will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
2.10.2013