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

High Throughput Field Based Phenotyping Facility.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Rothamsted Research
West Common
Contact point(s): Procurement Department
For the attention of: Mark Adams
AL52JQ Harpenden
UNITED KINGDOM
Telephone: +44 1582763133
E-mail:
Fax: +44 1582760886

Internet address(es):

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

Address of the buyer profile: www.rothamsted.ac.uk

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
Other: Company Limited By Guarantee
I.3)Main activity
Other: Scientific / Agricultural Research
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:
High Throughput Field Based Phenotyping Facility.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKH23

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)
An automated plant / crop measuring system for field based recording of crop development and performance.
The following characteristics are extracts from the full technical specification;
1) Field based, automated, system covering a minimum area of 1000m2 and not less than 10M width
2) Clearance of measuring gantry to allow for a crop height of 2M
3)To be compatible with existing farm machinery, minimum clearance height of 5M
4)Instrumentation of an XYZ positional measuring platform comprising;
1 off RGB camera
1 off Hyper-spectral camera
1 off Thermal Imaging station with FLIR camera
1 off Fluorescence image capture device
The equipment must also have the following capabilities;
Multi-wavelength spectral reflectance capability
Laser height measurement
Environmental monitoring including ambient CO2
Integrated data analysis software package
Installation and training package.
II.1.6)Common procurement vocabulary (CPV)

31000000, 03000000, 38000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
Estimated value excluding VAT:
Range: between 800 000 and 1 200 000 GBP
II.2.2)Information about options
Options: no
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 1.1.2014. Completion 31.3.2014

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
see Tender Documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
see Tender Documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
see Tender Documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: see Tender Documents.
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: see Tender Documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: se Tender Documents.
Minimum level(s) of standards possibly required: see Tender Documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
see Tender Documents.
Minimum level(s) of standards possibly required:
see Tender Documents.
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:
2013/0005.
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: 25.11.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
9.12.2013 - 17:00
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
until: 7.3.2014
IV.3.8)Conditions for opening of tenders
Date: 10.12.2013 - 09:00

Place:

Rothamsted Research, Harpenden.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Procurement Manager
Head of Department / Associate Director
Project Leader / Senior Scientist
Head of Finance

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:
16.10.2013