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

OJEU14-001 - Mobile Investigator for CH4/CO2 measurement.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

University of Durham
Procurement Service, Mountjoy Centre, Holly Wing, Stockton Road
For the attention of: Neil Petch
DH1 3LE Durham
UNITED KINGDOM
Telephone: +44 1913344542
E-mail:
Fax: +44 1913344539

Internet address(es):

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

Address of the buyer profile: http://events.transaxions.com/service.aspx?event=6704

Electronic access to information: http://events.transaxions.com/service.aspx?event=6704

Electronic submission of tenders and requests to participate: http://events.transaxions.com/service.aspx?event=6704

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
Other: 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:
OJEU14-001 - Mobile Investigator for CH4/CO2 measurement.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKC1

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 University is looking to purchase a mobile system that will allow for the identification and quantification of fugitive greenhouse gas emissions from unconventional hydrocarbon resources.
The equipment will be used as part of the NERC and Industry sponsored ReFINE consortium. ReFine has identified key gaps in the estimation of greenhouse gas footprints, including CH4 emissions in shale gas basins; integrity of finished wells; leakage from pipelines; the source of the emissions from a well pad and comparisons with coal-bed methane.
It is therefore of paramount important that the solution is readily mobile and portable. This mobility and functionality will mean the equipment can be deployed on a diverse range of projects.
It is essential that the equipment will enable us to measure both concentrations and isotopic ratios of CO2 and CH4 whilst in the field.
To ensure on-site, and mobile measurements of the two fundamental gases the system required needs to include: anemometer, GPS, mobile computing functionality and relevant software.
Given the expected usage of the equipment we would expect detection levels for CO2 to be in the ppm range and for CH4 in the ppb range.
It is a requirement of this tender that the successful vendor will be responsible for the delivery, installation and maintenance of the equipment.
The budget excluding VAT is GBP 184 000.

To express an interest please go to the following website http://events.transaxions.com/service.aspx?event=6704

II.1.6)Common procurement vocabulary (CPV)

38434000

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:
The University is looking to purchase a mobile system that will allow for the identification and quantification of fugitive greenhouse gas emissions from unconventional hydrocarbon resources.
The equipment will be used as part of the NERC and Industry sponsored ReFINE consortium. ReFine has identified key gaps in the estimation of greenhouse gas footprints, including CH4 emissions in shale gas basins; integrity of finished wells; leakage from pipelines; the source of the emissions from a well pad and comparisons with coal-bed methane.
It is therefore of paramount important that the solution is readily mobile and portable. This mobility and functionality will mean the equipment can be deployed on a diverse range of projects.
It is essential that the equipment will enable us to measure both concentrations and isotopic ratios of CO2 and CH4 whilst in the field.
To ensure on-site, and mobile measurements of the two fundamental gases the system required needs to include: anemometer, GPS, mobile computing functionality and relevant software.
Given the expected usage of the equipment we would expect detection levels for CO2 to be in the ppm range and for CH4 in the ppb range.
It is a requirement of this tender that the successful vendor will be responsible for the delivery, installation and maintenance of the equipment.
The budget excluding VAT is GBP 184 000.

To express an interest please go to the following website http://events.transaxions.com/service.aspx?event=6704

Estimated value excluding VAT: 184 000 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
in days: 90 (from the award of the contract)

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:
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
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: Requested in tender document. Please go to the following link to see Durham University exclusion criteria document http://events.transaxions.com/service.aspx?event=6704

III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Requested in tender document. Please go to the following link to see Durham University exclusion criteria document

http://events.transaxions.com/service.aspx?event=6704

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Any mandatory technical requirements are detailed at the following link

http://events.transaxions.com/service.aspx?event=6704

Minimum level(s) of standards possibly required:
Any minimum levels of standards are detailed at the following link

http://events.transaxions.com/service.aspx?event=6704

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:
OJEU14- 001
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: 3.3.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.3.2014 - 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
Date: 3.3.2014 - 12:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised University personel using the eSourcing system.

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

As in section v.1.4.2 below

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: This authority has incorporated a minimum 10 calendar day standstill period at this point, information on the award of the contract is communicated to tenderers. This period has allowed unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants had two working days from notification of the award decision to request additional debriefing and that information had to be provided within a minimum of 3 working days before the expiry of the standstill period.
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the court may order the settling aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
21.1.2014