High temperature thermal conductivity equipment
The National Composites Centre has identified a need to expand its materials characterisation capability to measure thermal conductivity, diffusivity, specific heat capacity and thermal expansion of polymer and ceramic based composites.
UK-Bristol: electronic, electromechanical and electrotechnical supplies
2012/S 39-063176
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Bristol
Senate House Tyndall Avenue
For the attention of: Mike Caddick
BS8 1TH Bristol
UNITED KINGDOM
Telephone: +44 1173317293
E-mail: mike.caddick@bristol.ac.uk
Fax: +44 1179251311
Internet address(es):
General address of the contracting authority: https://tender.bris.ac.uk/procontract/bristol/supplier.nsf/frm_home?openForm
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:
High temperature thermal conductivity equipment.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Hire purchase
Main site or location of works, place of delivery or of performance: National Composite Centre.
Bath and Bristol Science Park.
Feynman Way Central.
Emersons Green.
Bristol.
NUTS code UKK11
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 National Composites Centre has identified a need to expand its materials characterisation capability to measure thermal conductivity, diffusivity, specific heat capacity and thermal expansion of polymer and ceramic based composites. We are looking to procure a suite of equipment to satisfy this requirement. We require these measurements to be made over a heat range of ambient to 1 600?C and it would be desirable to measure over a greater heat range. Any water cooling required for the equipment should be a recirculating rather than a total loss system to satisfy environmental regulations. Each instrument shall be supplied with calibration/reference samples and be controlled from a windows based PC. Servicing, calibration and support shall be included for a 3 year period.
We require all potential suppliers to complete and return (by 12:00 midday Monday 5.3.2012), the short PQQ as an expression of interest indicating that you are able to supply us with products described. To obtain the PQQ you must log in to ProContract and register using the link in I.1 above.
II.1.6)Common procurement vocabulary (CPV)
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:
As detailed in invitation to tender (ITT) documents.
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
Duration in months: 6 (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:
A parent company guarantee may be 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:
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 pre-qualification questionnaire (PQQ).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in pre-qualification questionnaire (PQQ).
Minimum level(s) of standards possibly required: As detailed in pre-qualification questionnaire (PQQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in pre-qualification questionnaire (PQQ).
Minimum level(s) of standards possibly required:
As detailed in pre-qualification questionnaire (PQQ).
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
Accelerated restricted
Justification for the choice of accelerated procedure: Urgent operational requirement.
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:
UOB/NCC/MJC/CATA/002
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
5.3.2012 – 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
IV.3.8)Conditions for opening tenders
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
The Contracting Authority will not shortlist any supplier to be invited to tender where any of the reasons detailed in Section 23(1) of UK Statutory Instrument 2006 No.5 ‘The Public Contract Regulations 2006’ are deemed to apply.
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: In accordance with our obligations under UK Statutory Instrument 2009/2992 ‘The Remedies Directive’, the University will observe a minimum 10 calendar day standstill period at the point information on the outcome of the tender process is communicated to tenderers.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:23.2.2012