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

3d Flow Visualisation System Quantitative 3D Flow Visualisation System.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

University of Southampton
Highfield Road
Contact point(s): https://in-tendhost.co.uk/universityofsouthampton
For the attention of: John Davidson
SO17 1BJ Southampton
UNITED KINGDOM
Telephone: +44 2380594088
E-mail:

Internet address(es):

General address of the contracting authority: https://in-tendhost.co.uk/universityofsouthampton/

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

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: yes

Open to Higher Education bodies

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
3d Flow Visualisation System Quantitative 3D Flow Visualisation System.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKJ32

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)
Quantitative 3D Flow Visualisation System.
The University is looking for a quantitative flow visualisation system that can obtain 3D velocity information at high-speed (i.e. time-resolved for low-speed flows) as well as in high-resolution (i.e. capture different scales in low-speed flows).
The system needs flexibility to breakdown this system in to four individual stereoscopic systems (2 high-speed systems and 2 high-resolution systems). Bidders should provide extended warranty/maintenance options.
There is a requirement for overarching software that will combine all the following instruments in to a tomographic system. Although there may be benefits in placing all instrument orders with one supplier, we are interested in evaluating bids from suppliers for one, two or three (or any combination) of the following instruments. One supplier may choose to subcontract aspects of this tender.
The system is comprised of the following distinct aspects:
A) Time resolved stereoscopic PIV System (2 units),
B) High resolution stereoscopic PIV System (3 units),
C) Tomographic PIV software and associated optics and mounts.
II.1.6)Common procurement vocabulary (CPV)

48461000, 38651100, 38636100, 38651200

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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
A) Time resolved stereoscopic PIV System (2 units),
B) High resolution stereoscopic PIV System (3 units - 2 units are standard while the third unit must function as an underwater stereoscopic PIV system and should include the housing for the camera and appropriate hardware. This third system may need different cameras and lenses, if so, please specify this unit out separately,
C) Tomographic PIV software and associated optics and mounts.
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:
A performance bond may be requested.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: 3 years of audited accounts should be provided. A credit check may also be run to further check the current liquidity of supplier.
III.2.3)Technical capacity
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
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:
13/ESM/107
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
24.1.2014 - 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
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
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

This tender will be conducted electronically and tender documents can be downloaded from the web portal (Intend) provided earlier in this notice. https://in-tendhost.co.uk/universityofsouthampton

Once registerd on the system please search under 13/ESM/107 and download the tender document. The specification is located at the start of the tender document and the pricing shedule towards the end.
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:
6.12.2013