Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)TWI Ltd
Granta Park, Great Abington
Contact point(s): https://in-tendhost.co.uk/twi
CB21 6AL Cambridge
UNITED KINGDOM
E-mail:
Internet address(es):
Address of the buyer profile: https://in-tendhost.co.uk/twi
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 authorityOther: research and development organisation
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:
Specialist and Loose Furniture.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UKH12
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 works include assistance with furniture selection for a range of specialist and loose furniture
Furniture included in the scope of the contract is as follows:
- loose furniture and tables for the Reception area
- high backed sofas and tables for The Street
- loose furniture for the Library front of house
- loose seating, chairs and tables for the Cafe
- Dining Hall tables and chairs x 250
- Lecture Hall stackable seating x 200
- conference seating and folding tables
The National Structural Integrity Research Centre (NSIRC) is a new industrially led, joint initiative between TWI, lead academic partner Brunel University, alongside the University of Manchester, the University of Cambridge and a number of leading industrial partners.
The initiative is funded by industry and by grants from the Regional Growth Fund (RGF) and Higher Education Funding Council for England (HEFCE). Funding for equipment for NSIRC is being provided by HEFCE and is available in the period up to 31.3.2015 to assist in establishing a new facility at the TWI site in Abington, Cambridge and to purchase equipment to be used in the centre. All equipment must be accepted on the Abington site by the end of February 2015 at the latest.
The equipment will be purchased by Brunel University but the procurement process is being undertaken by TWI on Brunel Universitys behalf.
All correspondence regarding this tender procedure should be made through the TWI Ltd In-Tend system via the correspondence functionality.
II.1.6)Common procurement vocabulary (CPV)39000000, 39151000, 39100000, 39130000, 39156000, 39150000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
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:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
If the financial information of the Pre-Qualification Questionnaire is not sufficiently met then a deposit and/or guarantee may be 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 conditions
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 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 procedureRestricted
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 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:
RGF-06-SLF
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate19.9.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates26.9.2014
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 tender
IV.3.8)Conditions for opening of tendersDate: 3.11.2014 - 12:00
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 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:14.8.2014