Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 195-351994/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
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
Manchester
Postal code: M13 9PL
United Kingdom
Contact points(s): UKD3 — Greater Manachester
For the attention of: The Central Procurement Office
Phone: +44 1612752160
Email: procurement@manchester.ac.uk
Internet Address(es):
General address of the contracting authority: www.manchester.ac.uk
Address of the buyer profile:
Electronic access to information:
Electronic submission of tenders and requests to participate:
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/entities:
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/entity:
A fast, high sensitivity confocal microscope for live-cell imaging of both mammalian and yeast cells.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: 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 specific contract:
The University wishes to appoint a Contractor or Contractors to supply a fast, high sensitivity confocal microscope for live-cell imaging of both mammalian and yeast cells to be located at Cancer Research UK Manchester Institute at the University of Manchester.
II.1.6) Common procurement vocabulary (CPV): 38515200
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The 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 23.11.2016Completion 5.12.2016
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
The 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 them:
To 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 awarded:
The 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 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: 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 57 of the Public Contracts Regulations 2015.
III.2.3) Technical capacity
Minimum level(s) of standards possibly required: Bidders 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 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 negotiatedNO
IV.2) Award criteria:
IV.2.1) Award criteria:
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/entity:
2016/1171/HSCM/IH/DO
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:06.11.2016 – 12:00
IV.3.4) Time limit for receipt of tenders or requests to participate:
06.11.2016 – 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:
EN
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: 7.11.2016 – 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: Yes
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.5) Date of dispatch of this notice:
05.10.2016