|
IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.
|
Procurement Notice Details
Laboratory furniture [supply of laboratory furniture, ventilation extracts and fume hoods - ess project]
UK and Sweden
Purchaser: UK Research and Innovation
29/09/2018 S188 - - Supplies - Contract notice - Open procedure I.II.III.IV.VI. United Kingdom-Swindon: Laboratory furniture
2018/S 188-424234
Contract notice
Supplies
Legal Basis:
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses UK Research and Innovation Polaris House, North Star Avenue Swindon United Kingdom Contact person: Rhedyn Griffiths Telephone: +44 1793867005 E-mail: fmprocurement@uksbs.co.uk NUTS code: UKK14 Internet address(es):
Main address: www.uksbs.co.uk
I.2) Information about joint procurement The contract is awarded by a central purchasing body I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.contractsfinder.service.gov.uk/ Additional information can be obtained from another address: Crown Commercial Services Ltd St Martins House, 1 Lyric Square London United Kingdom Telephone: +44 3450103503 E-mail: ExpressionOfInterest@crowncommercial.gov.uk NUTS code: UKI Internet address(es):
Main address: https://gpsesourcing.cabinetoffice.gov.uk
Tenders or requests to participate must be submitted electronically via: https://gpsesourcing.cabinetoffice.gov.uk 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: https://gpsesourcing.cabinetoffice.gov.uk I.4) Type of the contracting authority Body governed by public law I.5) Main activity Other activity: Public Procurement Section II: Object
II.1) Scope of the procurement II.1.1) Title: Supply of Laboratory Furniture, Ventilation Extracts and Fume Hoods
Reference number: FM18005 II.1.2) Main CPV code 39180000 II.1.3) Type of contract Supplies II.1.4) Short description: UK Shared Business Services Ltd acting on behalf of the Contracting Authority is putting in place a contract for the supply of laboratory furniture, ventilation extracts and fume hoods for 5 chemical and life sciences laboratories which will be used to prepare and characterise samples by ESS facility users.
UK SBS is managing this procurement process in accordance with the Public Contracts Regulations 2015 (as may be amended from time to time), (the “Regulations”).
This is a Supplies Contract being procured under the OJEU Open Procedure.
All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts). This procurement will be managed electronically via the Crown Commercial Services eSourcing Suite. To participate in this procurement, participants shall first be registered on the eSourcing Suite.
See section I.3 for access to procurement documentation.
II.1.5) Estimated total value Value excluding VAT: 600 000.00 GBP II.1.6) Information about lots This contract is divided into lots: no II.2) Description II.2.1) Title: II.2.2) Additional CPV code(s) 42520000 39141500 II.2.3) Place of performance NUTS code: SE22 Main site or place of performance: European Spallation Source ESS ERIC, Odarslövsvägen 113, 224 84 Lund Sweden.
II.2.4) Description of the procurement: UK Shared Business Services Ltd acting on behalf of the Contracting Authority is putting in place a contract for the supply of laboratory furniture, ventilation extracts and fume hoods for 5 chemical and life sciences laboratories which will be used to prepare and characterise samples by ESS facility users.
The successful supplier is required to provide the delivery of laboratory furniture, ventilation extracts and fume hoods as detailed within the tender documentation. This contract does not include the installation of furniture. The successful supplier is also required to convert all drawings contained within Appendix B to AutoCAD 2D and 3D.
All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts). This procurement will be managed electronically via the Crown Commercial Service's eSourcing Suite. To participate in this procurement, participants shall first be registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk/emptoris by following the link “Supplier eSourcing Registration”.
Please note that, to register, Bidders must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.
Note: Registration may take sometime please ensure that you allow a sufficient amount of time to register. Full instructions for registrations and use of the system can be found at https://www.gov.uk/government/publications/becomea-crown-commercial-service-supplier registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@crowncommercial.gov.uk
Your email must clearly state: the name and reference for the procurement you wish to register for: your organisations full name as a registered supplier, the name and contact details for the registered individual sending the email. Crown Commercial Service (CCS) will process the email and then enable the Bidder to access the procurement online via the e-Sourcing Suite.
The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service (CCS) Helpdesk (Not UK SBS Ltd): Freephone: 0345010 3503 email: eenablement@crowncommercial.gov.uk
The Contracting Authority expressly reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the procurement; and in no circumstances will the Contracting Authority be liable for any costs incurred by any Supplier.
If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Bidders.
See Section I.3 for access to procurement documentation.
II.2.5) Award criteria Criteria below Quality criterion - Name: Quality / Weighting: 60.00 Price - Weighting: 40.00 II.2.6) Estimated value Value excluding VAT: 600 000.00 GBP II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 17/12/2018 End: 20/12/2019 This contract is subject to renewal: no II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: no II.2.12) Information about electronic catalogues II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14) Additional information 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 III.1.2) Economic and financial standing Selection criteria as stated in the procurement documents III.1.3) Technical and professional ability Selection criteria as stated in the procurement documents III.1.5) Information about reserved contracts III.2) Conditions related to the contract III.2.2) Contract performance conditions: III.2.3) Information about staff responsible for the performance of the contract Section IV: Procedure
IV.1) Description IV.1.1) Type of procedure Open procedure IV.1.3) Information about a framework agreement or a dynamic purchasing system IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6) Information about electronic auction 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 IV.2.2) Time limit for receipt of tenders or requests to participate Date: 05/11/2018 Local time: 10:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates 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 Duration in months: 3 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 05/11/2018 Local time: 11:00 Place: Electronic
Section VI: Complementary information
VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about electronic workflows Electronic ordering will be used VI.3) Additional information: The Contracting Authority expressly reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the procurement; and in no circumstances will the Contracting Authority be liable for any costs incurred by any Supplier. If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Bidders. All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts).
The sourcing documents can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in I.3
VI.4) Procedures for review VI.4.1) Review body UK Shared Business Services Ltd Polaris House, North Star Avenue Swindon SN2 1FF United Kingdom E-mail: policy@uksbs.co.uk Internet address: www.uksbs.co.uk
VI.4.2) Body responsible for mediation procedures VI.4.3) Review procedure VI.4.4) Service from which information about the review procedure may be obtained UK Shared Business Services Ltd Polaris House, North Star Avenue Swindon SN2 1FF United Kingdom E-mail: policy@uksbs.co.uk Internet address: www.uksbs.co.uk
VI.5) Date of dispatch of this notice: 26/09/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|