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

The Supply and Installation of Refuge Communication Systems.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Newcastle University
King's Gate
For the attention of: Neil Addison
NE1 7RU Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912227472
E-mail:
Fax: +44 1912228845

Internet address(es):

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

Address of the buyer profile: www.ncl-tenders.co.uk/suppliers

Electronic access to information: www.ncl-tenders.co.uk/suppliers

Electronic submission of tenders and requests to participate: www.ncl-tenders.co.uk/suppliers

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:
The Supply and Installation of Refuge Communication Systems.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKC22

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)
The scope is for the supply, installation and commissioning of a wireless communication systems for disabled refuges within the buildings at the University of Newcastle upon Tyne.
II.1.6)Common procurement vocabulary (CPV)

32570000, 50334400, 35121700

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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Integrated installed system comprising 21 x Base stations, 190 x Out stations, 6 x Redio handsets, system drawings, training, maintenance.
Estimated value excluding VAT: 200 000,00 GBP
II.2.2)Information about options
Options: yes
Description of these options: Campus wide connection.
Provisional timetable for recourse to these options:
in months: 1 (from the award of the contract)
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 31.5.2013. Completion 31.7.2013

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
None.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment on issue of Certificate of Compliance.
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
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: As detailed in Invitation to Tender document.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in Invitation to Tender document.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in Invitation to Tender document.
Minimum level(s) of standards possibly required:
As detailed in Invitation to Tender document.
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 negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
NU/0765.
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: 26.4.2013 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
2.5.2013 - 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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 2.5.2013 - 14:00
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: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
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:
14.3.2013