By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

186/MVT 8MN Test Machine (Hydraulic Actuators and Load Cells).

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

University of Sheffield
Floor 5, The Arts Tower, Western Bank
For the attention of: Mark Richards
S10 2TN Sheffield
UNITED KINGDOM
Telephone: +44 1142224204
E-mail:

Internet address(es):

General address of the contracting authority: www.sheffield.ac.uk

Address of the buyer profile: https://in-tendhost.co.uk/sheffield

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
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:
186/MVT 8MN Test Machine (Hydraulic Actuators and Load Cells).
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: University of Sheffield.

NUTS code UKE32

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)
186/MVT - 8MN Test Machine (Hydraulic Actuators and Load Cells).
The University of sheffield is seeking tenders from organisations to provide:
The supply of 4 off hydraulic actuators and load cells to support the construction of an 800 Tonne 8 MN test capability. This facility will be assembled in the Advanced Structural Testing Centre at the AMRC in Rotherham. Anticipated projects include static and low cycle fatigue this will provide a unique and high capacity testing solution in the UK.
Actuators should be capable of applying a tensile load of 200 Tonnes (2MN) at a hydraulic supply pressure of 210Bar.
This is an open EU procurement procedure. The ITT can be downloaded by registering and expressing your interest on the University's e-tendering system

https://in-tendhost.co.uk/Sheffield

Completed tenders must be returned through the same e-tendering system.
The closing date for return of tenders is 12:00 on 22.1.2013 (UK time).
II.1.6)Common procurement vocabulary (CPV)

42132120, 31131100

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This 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
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As Per Tender Documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As Per Tender Documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
III.1.4)Other particular conditions
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: As Per Tender Documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As Per Tender Documentation.
Minimum level(s) of standards possibly required: As Per Tender Documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As Per Tender Documentation.
Minimum level(s) of standards possibly required:
As Per Tender Documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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
IV.2)Award criteria
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction:
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
186/MVT.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
22.1.2013
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 22.1.2013

Place:

Procurement Office, University of Sheffield.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised personnel from the Departments of Finance and Procurement.

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
Reference to project(s) and/or programme(s): ERDF Funds: Design Prototype and Testing Centre ERDF Grant Ref: 904647.
Yorkshire and Humberside - Regional Competitiveness and Employment Programme.
VI.3)Additional information
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document.
Payable documents: yes.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10 day standstill period at the point information on the award of contract is communicated to tenderers. This period allows unsuccessful tenderers to seek a further debriefing before the contract is entered into. If an appeal regarding the award of contract cannot be resolved, the Public Contracts Regulations 2006 (as amended) provide for aggrieved parties to take action in the High Court (England, Wales and Northern Ireland). Any such action should be brought promptly (generally within 30 days).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.12.2012