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/
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:UK Biobank activity monitors.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UKD3
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)UK Biobank requires large numbers (2-3 000 in the first instance) of triaxial waveform accelerometers for the assessment of physical activity in 2-300 000 participants over a 3 year period.
Please note: this procurement is being managed by the University of Manchester on behalf of UK Biobank Limited. The University Procurement Office has been contracted to conduct the tender for accelerometers (activity monitors). Evaluation and award of the contract will be completed by UK Biobank Limited and any agreement or contract that results from this tender will be with UK Biobank Limited and not the University of Manchester.
II.1.6)Common procurement vocabulary (CPV)33195100, 33190000, 33195000, 33120000
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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scopeSee section II.1.5.
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 7.11.2011. Completion 29.2.2012
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees requiredThe Authority's particular requirements will be set out in the invitation to tender documentation and may include, inter alia, performance bond(s) and/or parent-company guarantee(s) and/or other forms of security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing themTo be determined. Further details will be set out in the invitation to tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awardedThe Authority's 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 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: Biders must demonstrate sound practice in respect of equility and diversity by completing a questionnaire as a part of the invention to tender documents.
III.2.2)Economic and financial abilityMinimum level(s) of standards possibly required: Biders 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 capacityMinimum level(s) of standards possibly required
Biders must provide three references to demonstrate 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 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 participate
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:2011/621/UK-A/SG
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: 7.11.2011
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate7.11.2011
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 tendersDate: 7.11.2011
Place
Central Procurement Office.
Persons authorised to be present at the opening of tenders yes
University of Manchester 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 informationSection II.1.0: 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:16.9.2011