web-banner-marketing2

Market Leads & Opportunities

PURCH2411 PROVISION OF A FRAMEWORK FOR A CLOSED-CYCLE COLD TRAP SYSTEM FOR SEPARATION OF NOBLE GASES

Type of document: Contract Notice
Country: United Kingdom

Section I: Contracting authority
I.1) Name and addresses
Official name: University of Glasgow
Postal address: Procurement Office, Tay House
Town: Glasgow
Postal code: G12 8QQ
Country: United Kingdom
Contact Person: Elizabeth McLaughlin
Telephone: +44 1413306613
Email: Elizabeth.McLaughlin@glasgow.ac.uk
Fax: +44 0000000000
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submit
electronically via:
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: PURCH2411 PROVISION OF A FRAMEWORK FOR A CLOSED-CYCLE COLD TRAP SYSTEM FOR SEPARATION OF NOBLE GASES

Reference number: PURCH2411
II.1.2) Main CPV code: 33000000
II.1.3) Type of contract:
SUPPLIES
II.1.4) Short Description:
PURCH2411 PROVISION OF A FRAMEWORK FOR A CLOSED-CYCLE COLD TRAP SYSTEM FOR SEPARATION OF NOBLE GASES
Tender documents available from Public Contracts Scotland.
Tender returns should be submitted via Public Contracts Scotland, no paper copies will be accepted. Should paper tenders be submitted, they will be rejected. Further to this any questions or communications regarding individual tender exercises must be sent via the Public Contracts Scotland Portal. Tender queries received through any other channel will not be answered. Should users of Public Contracts Scotland have any problems with the web site they should contact website Support Desk, contact details can be found by following the ‘Contact Us’ option on the left hand menu at

II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Glasgow

II.2.4) Description of the procurement:

PURCH2411 PROVISION OF A FRAMEWORK FOR A CLOSED-CYCLE COLD TRAP SYSTEM FOR SEPARATION OF NOBLE GASES
We require a cold trap capable of taking a small volume of activated charcoal to 10 K to condense neon (Ne) and helium (He) from natural gases. The system must be leak-tight to ultra-high vacuum levels and allow precise temperature control specifically to permit the cryogenic separation of He from Ne. The system should include a control-able variable temperature trap and a water-cooled cryo-compressor unit.
Please refer to the PURCH2411 Invitation to Tender Goods or Services document for additional information and specification.

II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality – Section 1 – Technical Specification/Weighting:45%Quality criterion -Name: Quality – Section 2 – Technical Service Support/Weighting:10%Quality criterion -Name: Quality – Section 3 – Delivery & Installation/Weighting:5%
Price – Weighting:40%
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:
This is a one off purchase with the option to include a Service Contract for 3×12 months following warranty period.

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

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
Minimum level(s) of standards possibly required:
– Product liability insurance with a limit of indemnity of not less than five million pounds sterling (5,000,000 GBP) in relation to any one claim or series of claims.
-Public liability insurance with a limit of indemnity of not less than five million pounds sterling (5,000,000 GBP) in relation to any one claim or series of claims;
-Employer’s liability insurance with a limit of indemnity of not less than five million pounds sterling (5,000,000 GBP);
– Financial Turnover : Provide 3 years annual accounts. See University guideline on the Financial Health of Suppliers at the following link:

III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

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
The procurement involves the establishment of a framework agreement

Framework agreement with a single operatorIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2024-06-03 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitEN
IV.2.7) Conditions for opening tenders
Date: 2024-06-03 Local time: 12:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
The University has a strong commitment to Community Benefits and seeks to engage with Bidders who have likeminded policies. Community Benefits include, but are not limited to:
– employment and training opportunities for priority groups
– vocational training
– up-skilling of the existing workforce
– equality and diversity initiatives
– making sub-contracting opportunities available to SMEs, the third sector and supported businesses
– supply-chain development activity
– building capacity in community organisations
– educational support initiatives
– work with schools, colleges and universities to offer work experience
Please advise what community benefits you commit to delivering as a result of this Contract?
(SC Ref:767100)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Glasgow Sheriff Court & Justice of the Peace Court
Postal address: 1 Carlton Place
Town: Glasgow
Postal code: G5 9TW
Country: United Kingdom
Telephone: +44 1414298888
VI.5) Date of dispatch of this notice:2024-05-20