Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Loughborough University
Purchasing Office
For the attention of: Tim Burton
LE11 3TU Loughborough
United Kingdom
Telephone: +44 15092223610
E-mail:
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/loughborouni/aspx/home
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:
LU00514 - Supply and Support of an Anechoic Chamber and related Test Equipment at Loughborough University.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UK,UKF22
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)
Loughborough University wishes to purchase a spherical near-field antenna measurement system along with a shielded anechoic chamber to house the system, to be installed and commissioned in our new laboratory - part of a c 25 00 000 GBP capital programme to provide refurbished teaching and research space. Lot 1 is for a Spherical near-field antenna measurement, and Lot 2, a Shielded anechoic chamber. Suppliers can bid for one or both lots.
II.1.6)Common procurement vocabulary (CPV)42992200, 38500000, 38341300
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: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Refer to Invitation to Tender Document - we have set an affordability threshold.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Spherical near-field antenna measurement system1)Short description
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Shielded anechoic chamber1)Short description
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment shall be against milestones as outlined in the ITT.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Must be one corporate entity. If a consortium joint and several liability will be required.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: .As set out within the tender documents.
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: As set out within the tender documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As set out within the tender documents.
Minimum level(s) of standards possibly required: As set out within the tender documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As set out within the tender documents.
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:
LU00514
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: 16.11.2016 - 00:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate16.11.2016 - 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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 2 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 16.11.2016 - 13:00
Persons authorised to be present at the opening of tenders: no
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
Bidders interested in this procurement can access our ITT (Invitation to Tender) via our electronic tendering system In-Tend. A link to In-Tend can be found in section 1 of the notice, repeated here:
https://in-tendhost.co.uk/loughborouni/aspx/home
Tenders must be returned, via In-Tend by the deadline stated in section IV.3.4, repeated here - 12 noon on the 16.11.2016.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresRoyal Courts of Justice
Strand
WC2A 2LL London
United Kingdom
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:18.10.2016