Type of document: Contract Notice
Country: United Kingdom
UK-Salisbury: Blood-cell counters.
Section I: Contracting Authority
I.1) Name and addresses
Ministry of Defence, DSTL, Defence Science & Technology Laboratory (DSTL)
Porton Down, Salisbury, PO410SW, United Kingdom
Tel. +44 1980956181, Email: nrogers@dstl.gov.uk
Contact: Mr N Rogers
Main Address: www.dstl.com
NUTS Code: UKK1
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: WWW.In-Tend.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Defence
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Fluorescence Activated Cell Sorter
Reference Number: 1000137191
II.1.2) Main CPV Code:
38434550 – Blood-cell counters.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The authority wishes to purchase x1 off Fluorescence Activated Cell Sorter
II.1.5) Estimated total value:
Value excluding VAT: 160,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
38434550 – Blood-cell counters.
II.2.3) Place of performance:
UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
II.2.4) Description of procurement: Fluorescence Activated Cell Sorter
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 160,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 2
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement – NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 15/03/2019
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Until: 03/06/2019
IV.2.7) Conditions for opening of tenders:
Date: 15/03/2019
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.
Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk VI.4) Procedures for review
VI.4.1) Review body:
Ministry of Defence, DSTL, Defence Science & Technology Laboratory (DSTL)
Porton Down, Salisbury, PO41 0SW, United Kingdom
Tel. +44 1980956181, Email: nrogers@dstl.gov.uk
VI.4.2) Body responsible for mediation procedures:
Ministry of Defence, DSTL, Defence Science & Technology Laboratory (DSTL)
Porton Down, Salisbury, PO41 0SW, United Kingdom
Tel. +44 1980956181, Email: nrogers@dstl.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, DSTL, Defence Science & Technology Laboratory (DSTL)
Porton Down, Salisbury, PO41 0SW, United Kingdom
Tel. +44 1980956181, Email: nrogers@dstl.gov.uk
VI.5) Date Of Dispatch Of This Notice: 08/02/2019
Annex A