Tender for Mass Spectrometers
Basic LCMS and High Specification Mass Spectrometers.
UK-Hull: mass spectrometer
2012/S 60-097563
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Hull
Cottingham Road
Contact point(s): https://www.proactisplaza.com/supplierportal/Public/Opportunities.aspx
HU6 7RX Hull
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: www.hull.ac.uk
Address of the buyer profile: https://www.proactisplaza.com/supplierportal/Public/Opportunities.aspx
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:
Basic LCMS and High Specification Mass Spectrometers.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
NUTS code UKE11
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 of Hull wish to purchase two mass spectrometers. The requirement is for two separate instruments to maximise throughput. Instruments will be situated in different locations on campus.
The first instrument is to support microfluidic synthesis of radioisotopically labelled molecules and must be capable of LCMSMS for confirmation of molecular structure of major products, minor impurities and side products of the syntheses. The instrument must be capable of electrospray and atmospheric pressure chemical ionisation analyses. Tandem mass spectrometry to allow for structural elucidation and confirmation for unexpected and unknown synthetic products is also required.
This instrument should be robust and easily operated by non experts.
The second instrument is expected to constitute the major purchase and is to be a high performance instrument capable of high mass resolution (> 30 000) data acquisition to allow differentiation of isobaric molecules.
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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The first instrument is to support microfluidic synthesis of radioisotopically labelled molecules and must be capable of LCMSMS for confirmation of molecular structure of major products, minor impurities and side products of the syntheses. The instrument must be capable of electrospray and atmospheric pressure chemical ionisation analyses. Tandem mass spectrometry to allow for structural elucidation and confirmation for unexpected and unknown synthetic products is also required.
This instrument should be robust and easily operated by non experts.
The second instrument is expected to constitute the major purchase and is to be a high performance instrument capable of high mass resolution (> 30 000) data acquisition to allow differentiation of isobaric molecules. Full tandem mass spectrometric capability for the analysis and sequencing of proteins and other biological polymers and macromolecular structures is required. The highest sensitivity is required for the analysis of low copy number proteins at trace levels. The instrument should also be able to demonstrate high versatility and efficiency of operation since the analysis of a wide range of sample types including small molecules will be required. Both MALDI TOF/TOF and electrospray MSMS systems will be considered. The inclusion of equipment and interfaces for the quantification of proteins will be important.
Full details of both instruments are contained in the tender documents available via the website given in the Contact Points.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.6.2012. Completion 31.8.2012
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
III.2.2)Economic and financial ability
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.2.3)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:
R328/12
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: 1.5.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
1.5.2012
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: no
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:22.3.2012