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

Bio Lunimescence System (ITT/790).

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/790
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: 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: 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:
Bio Lunimescence System (ITT/790).
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)
This tender is for:
We invite tenders for a state of the art Bioluminescence system for the School of Life Sciences, University of Nottingham.
Research Grade luminescence imager (for luminescence and fluorescence detection).
A luminescence imaging system to be supplied capable of luminescence, fluorescence, and bright field imaging with a range of objectives from 2.5x, 10x, 20x, 40x oil and 60x oil. Water immersion objectives would also be desirable. LED light source for the capture of fluorescence around DAPI/FITC/RHODAMINE/CY5 wavelengths. The system should be supplied with an EMCCD camera for optimum sensitivity. Suitable stage adapters should be supplied to accommodate 35mm diameter dishes and 8-well and 96-well plates. Temperature control to be supplied for use with the above stages, including the facility for carbon dioxide and humidity control. The ability to control external devices through TTL pulse in the control software would also be desirable.
Service and training. The system to be covered by full service contract for a period of minimum 5 years (preferably 10 years) from installation. Full training to be supplied on all aspects of the system. Price to include delivery, installation and commissioning of the system in Nottingham.
Software. We also require licences for 5 off-line workstations with analysis software.
II.1.6)Common procurement vocabulary (CPV)

33110000

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:
One.
II.2.2)Information about options
Options: yes
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 24.11.2016. Completion 24.2.2017

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: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Section 5 of the Public Contracts Regulations 2015 (amended), on the basis of information provided in response to the procurement documents. The procurement documents can be accessed at: https://in-tend.co.uk/universityofnottingham

III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Section 5 of the Public Contracts Regulations 2015 (amended), on the basis of information provided in response to the procurement documents. The procurement documents can be accessed at: https://in-tend.co.uk/universityofnottingham

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:

Candidates will be assessed in accordance with Section 5 of the Public Contracts Regulations 2015 (amended), on the basis of information provided in response to the procurement documents. The procurement documents can be accessed at: https://in-tend.co.uk/universityofnottingham

Minimum level(s) of standards possibly required:
See published tender documents.
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/790
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 19.10.2016 - 18:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
31.10.2016 - 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: 30 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 31.10.2016 - 12:00

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/

Once you have registered on the eTendering site a registered user can express interest for a specific procurement project. Log in go to Tenders Current Tenders select the project then View Details and scroll down to the bottom of the page and click Express Interest.
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 VI.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
Precise information on deadlines for lodging appeals in accordance with Regulation 86 and 87 of the Public Contracts Regulations 2015, the Contracting Authority will incorporate a minimum of 10 calendar days standstill period starting from the day when contract award was notified to the bidders. Unsuccessful bidders will be provided with a debrief in the award decision at the start of the standstill period. Tenderers have the right to appeal provided within the Public Contracts Regulations 2015. Any such proceedings must be brought in the High Court of England and Wales.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
29.9.2016

Other interesting websites