Supply and Install of Mass Spectrometer Systems
Supply and Install of x2 Gas Chromatography Triple Quadruple Mass Spectrometer Systems.
United Kingdom-Glasgow: Laboratory, optical and precision equipments (excl. glasses)
2016/S 134-241442
Contract notice – utilities
Supplies
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
The Bridge, Buchanan Gate Business Park, Cumbernauld Road, Stepps
Glasgow
United Kingdom
Contact person: Andrew Neilson
Telephone: +44 7875873072
E-mail: andrew.neilson@scottishwater.co.uk
NUTS code: UKM
Internet address(es):Main address: www.scottishwater.co.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10303
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Supply and Install of x2 Gas Chromatography Triple Quadruple Mass Spectrometer Systems.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The supply and installation of up to 2 Gas Chromatography Triple Quadrupole Mass Spectrometer (GCMS/MS) systems, as well as on-going warranty / servicing / maintenance agreement.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Juniper House, Riccarton Research Park, Herriot Watt University, Edinburgh.
II.2.4)Description of the procurement:
The Installation of up to 2 Gas Chromatography Triple Quadrupole Mass Spectrometer (GCMS/MS) systems, as well as on-going warranty / servicing / maintenance agreement. Additional systems which can prepare samples and standards online or offline will be considered.
The instruments will be used for the determination of organochlorine pesticides, organophosphorous pesticides and pyrethroid insecticides to meet the Priority substances (PS) / Priority Hazardous Substances (PHS directive), The Water Supply (Water Quality) (Scotland) Regulations 2001.
The instruments must be able to cope with the high level of interference present in final effluent, crude sewage and trade effluent samples while still meeting the accuracy (maximum RSD of 10 %) and precision targets (maximum bias of 10 %) required for this analysis.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Applicants will be expected to be of sufficient financial and economic standing to support the anticipated contract value. All applicants must complete the financial questions within the pre-qualification questionnaire and tender documents. Financial standing relevant to the anticipated contract value will be determined by Scottish Water based on the response to the pre-qualification questionnaire and any further financial checks deemed necessary.
III.1.3)Technical and professional ability
III.1.6)Deposits and guarantees required:
Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
All prices quoted shall be in Sterling (UK) and all payments shall be made in Sterling (UK). “Payment shall be made on the basis of completed services in accordance with the agreed contract rates, schedules and conditions of contract”.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a group of companies submitting an accepted offer it will be necessary for each member of the group to sign an undertaking that each company in the group will be jointly and severally liable for the satisfactory performance of the contract.
III.2.2)Contract performance conditions:
Bidders must comply with modern slavery act and operate an ethical supply chain.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Note: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender please visit https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 6419 under PQQs Open to All Suppliers. Use the Search/Filter function, then select Project Code from the drop-down. Once you have expressed interest in the PQQ it will move to your My PQQs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
VI.4.1)Review body
The Bridge, Buchanan Gate Business Park, Cumbernauld Road, Stepps
Glasgow
United Kingdom
Telephone: +44 1414147990Internet address:www.scottishwater.co.uk
VI.4.3)Review procedure
In accordance with regulation 33 of The Utilities Contracts (Scotland) Regulations 2012 as amended (the Regulations) Scottish Water will incorporate a minimum of 10 calendar day standstill period between the communication of the award decision and the decision to enter into the contract with the successful tenderer. A breach of any duty owed under the Regulation is actionable by any economic operator which, in consequence of the breach, suffers, or risks suffering, loss or damage and such proceedings may be brought either the Sheriff Court or Court of Session. Any such action must be brought within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for starting proceedings had arisen unless the Court considers that there is good reason for extending the period within which proceedings may be brought, in which case the Court may extend that period up to a maximum of 3 months from that date.
VI.5)Date of dispatch of this notice:
Related Posts
Supply Scanning Electron Microscope to Ministry of Defence
Supply and Maintenance of Flow Cytometer
Maintenance and Testing of Laboratory Equipment
Supply Field Emission Scanning Electron Microscope