Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Lancaster University
University House
For the attention of: Paul Carter
LA1 4YW Lancaster
UNITED KINGDOM
Telephone: +44 1524593364
E-mail:
Fax: +44 1524843087
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/lancaster/
Address of the buyer profile: http://www.lancs.ac.uk/depts/purchase/buyerprofiles.html
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
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:32 channel real time digital neutron assay system.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main site or location of works, place of delivery or of performance: Lancaster University campus.
NUTS code UKD4
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 Engineering Department at Lancaster University are seeking to procure a 32 channel real time digital neutron assay system to advance this area of nuclear engineering research.
Delivery is critical due to the funding route of this tender so Time should be considered of the essence of this contract.
Please Note.
The university will be closed from 20th December at 17:00 until 09:00 on 2nd January 2014, during this time no clarifications or questions will be responded to.
II.1.6)Common procurement vocabulary (CPV)38341000, 38000000, 38341600, 38300000
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: yes
Tenders may be submitted for one or more lots
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:1
Estimated value excluding VAT:
Range: between 1 and 280 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion Starting 18.2.2014. Completion 31.3.2014
Information about lots
Lot No: 1 Lot title: Real time, digital pulse shape discrimination processor(s) to support 32 detection channels.1)Short descriptionThis requirement is for electronic digital analyser(s) with which to process the output signals from an array of organic liquid scintillation detector systems.
2)Common procurement vocabulary (CPV)38341000, 38000000, 38341600, 38300000
3)Quantity or scopeOne
Estimated value excluding VAT:
Range: between 1 and 150 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Organic liquid scintillation detectors, 32 off.1)Short descriptionThis requirement is for 32 organic liquid scintillation detectors to form an array to be processed by the, Real time, digital pulse shape discrimination processor(s) to support 32 detection channels.
2)Common procurement vocabulary (CPV)38341000, 38000000, 38341600, 38300000
3)Quantity or scopeOne
Estimated value excluding VAT:
Range: between 1 and 120 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
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:
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 registersInformation and formalities necessary for evaluating if the requirements are met: Potential bidders may be excluded from the tender process for reasons such as being bankrupt, having been convicted of an offence concerning professional misconduct, not having paid taxes or not having contributed to social security systems.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Sound economic and financial standing demonstrated by evidence of relevant risk indemnity insurance documentation, audited accounts and annual report or relevant extracts in the event that you are not normally required to publish accounts.
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 profession
III.3.2)Staff responsible for the execution of the service
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 participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:SP/13/557
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: 24.1.2014
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate28.1.2014 - 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: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 28.1.2014 - 12:30
Place:
Electronically at Lancaster University
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Lancaster university staff only
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 informationThis tender is being conducted electronically using the Lancaster University e-tendering system which can be found at https://in-tendhost.co.uk/lancaster
To receive documents new users must first register and obtain log in details. Existing users should log in to the web site and express interest.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresUniversity Secretary, Lancaster University
University House
LA1 4YW Lancaster
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:16.12.2013