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

Surface Plasmon Resonance System

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

The University of Manchester
Oxford Road
For the attention of: The Central Procurement Office
M13 9PL Manchester
UNITED KINGDOM
Telephone: +44 1612752160
E-mail:
Fax: +44 1612752961

Internet address(es):

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

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

Electronic access to information: https://in-tendhost.co.uk/universityofmanchester

Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/universityofmanchester

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 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:
Surface Plasmon Resonance System
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKD1

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 University wishes to appoint a contractor or contractors to supply a Surface Plasmon Resonance System.
This tender is being run on behalf of the Faculty of Life Sciences and as such there is a wide scope of techniques and applications that will be applicable to the equipment. The faculty is particularly interested in enhancing its ability for fast throughput and ease of use in a multi-user environment, and also of enhancing its capabilities for small molecule interactions and lipid bilayer-membrane protein interactions.
The Biomolecular Analysis Core Facility (BACF) has been awarded a cash limited grant, issued on the understanding that a company, or companies, will be willing to collaborate with the BACF and make a contribution towards the equipment and its ongoing maintenance. The University seeks bids that will provide the best resource, to deliver the best science possible, within these constraints.
II.1.6)Common procurement vocabulary (CPV)

33100000, 33190000, 38000000

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:
II.2.2)Information about options
Options: no
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 9.4.2013. Completion 25.7.2013

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Bank guarantees will be required where any advanced staged payments are requested.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Fixed price contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Authoritys particular requirements are to be determined but the Authority may require that any contract awarded shall be entered into by a single legal entity on the part of the successful candidate.
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: Information and formalities necessary for evaluating if requirements are met: Firms will be expected to provide evidence of their capacity to deliver against the contract.
Bidders must demonstrate sound practice in respect of equality and diversity by completing a questionnaire as part of the Invitation to Tender documents.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Bidders must confirm that they are not ineligible to bid under the criteria for rejection laid down in Regulation 23 of the Public Contracts Regulations 2006.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As indicated in the tender document.
Minimum level(s) of standards possibly required:
Bidders must provide three references to demostrate that the equipment they intend to supply works successfully.
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:
2013/759/SPR/TJ
IV.3.2)Previous publication(s) concerning the same contract
no
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: 20.5.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
20.5.2013 - 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: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 20.5.2013 - 14:00

Place:

Central Procurement Office

Persons authorised to be present at the opening of tenders: no

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
Variant bids may be requested or permitted by the University within parameters to be set out in the Invitation to Tender documentation.
The Authority expressly reserves the rights (i) not to award any contract as a result of the procurement process commenced by publication of this notice, (ii) to make whatever changes it may see fit to the content and structure of the tendering competition (iii) to award (a) contract(s) in respect of any part(s) of the supplies/services covered by this notice, and (iv) to award contract(s) in stages, and in no circumstances will the Authority be liable for any costs incurred by candidates.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.4.2013

Other interesting websites