Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)University of Durham
Procurement Service, Mountjoy Centre, Holly Wing, Stockton Road
For the attention of: Rebecca Morris
DH1 3LE Durham
UNITED KINGDOM
Telephone: +44 1913344531
E-mail:
Fax: +44 1913344539
Internet address(es):
General address of the contracting authority: www.durham.ac.uk
Address of the buyer profile: http://events.transaxions.com/service.aspx?event=6450
Electronic access to information: http://events.transaxions.com/service.aspx?event=6450
Electronic submission of tenders and requests to participate: http://events.transaxions.com/service.aspx?event=6450
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityEducation
Other: Research
I.4)Contract award on behalf of other contracting authoritiesThe 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:OJEU13/006 RAMAN System
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UKC1
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)The requirement is for a Raman System for a TERS-AFM instrument, which will support a wide variety of users from physical materials scientists to biological scientists. The Raman Spectroscopy component should be a research level confocal laser Raman Microscope able to probe an extended optical range from UV to near infra-red. It should integrate seamlessly with a commercial AFM system to enable a broad user base to benefit from the benefits of combined Raman with AFM.
In this exercise we anticipate that developments in technology will enable us to have
A TERS system, when coupled to an AFM, to provide spatially resolved chemical identification, suitable for a wide variety of users from biological to physical materials sciences.
The TERS system should be readily integrated with a high resolution multifunctional AFM platform capable of electrochemical measurements, topography, force and friction measurements.
To express an interest please go to the following website
http://events.transaxions.com/service.aspx?event=6450
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:The requirement is for a Raman System for a TERS-AFM instrument, which will support a wide variety of users from physical materials scientists to biological scientists. The Raman Spectroscopy component should be a research level confocal laser Raman Microscope able to probe an extended optical range from UV to near infra-red. It should integrate seamlessly with a commercial AFM system to enable a broad user base to benefit from the benefits of combined Raman with AFM.
In this exercise we anticipate that developments in technology will enable us to have
A TERS system, when coupled to an AFM, to provide spatially resolved chemical identification, suitable for a wide variety of users from biological to physical materials sciences.
The TERS system should be readily integrated with a high resolution multifunctional AFM platform capable of electrochemical measurements, topography, force and friction measurements.
To express an interest please go to the following website
http://events.transaxions.com/service.aspx?event=6450
Estimated value excluding VAT: 224 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionin days: 90 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:Joint and Several Liability
III.1.4)Other particular conditionsThe 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 III.2.2)Economic and financial ability III.2.3)Technical capacity III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse 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 criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:OJEU13/006
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 26.2.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate26.2.2013 - 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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 26.2.2013 - 12:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised University personel using the eSourcing system
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresAs in section v.1.4.2 below
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: This authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. The communication will be in the form of a letter which will be issued electronically. The letter will provide a full debrief and contact details should a tenderer wish to appeal the decision. The timescale for appeals will be detailed in the letter.
If an appeal regarding the award of a contract has not been successfully resolved 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). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the court may order the settling aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:17.1.2013