Tender to Supply Digital Camera System
Multi-Sensor Camera System for use in Helicopter-Based Aerial Seal Surveys.
United Kingdom-St Andrews: Digital cameras
2015/S 164-299761
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of St Andrews
The Old Burgh School, Abbey Walk
Contact point(s): Procurement
For the attention of: Adrian Wood
KY16 9LB St Andrews
UNITED KINGDOM
Telephone: +44 1334462523
E-mail: procurement@st-andrews.ac.uk
Internet address(es):
General address of the contracting authority: http://www.st-andrews.ac.uk/staff/money/procurement/
Address of the buyer profile: http://www.st-andrews.ac.uk/media/procurement/buyer-profile.pdf
Electronic access to information: https://in-tendhost.co.uk/universityofstandrews
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/universityofstandrews
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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
Main site or location of works, place of delivery or of performance: UK — St Andrews.
NUTS code UKM22
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The Sea Mammal Research Unit (SMRU) of the University of St Andrews requires a Multi-Sensor Camera System for use in helicopter-based aerial surveys of harbour and grey seals.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=408957
II.1.6)Common procurement vocabulary (CPV)
38651600, 38296000
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
SMRU undertakes routine surveys of harbour and grey seals around Scotland and in part of England. These surveys provide the basis of the information the Natural Environment Research Council (NERC) is obliged to submit to the Scottish Government and to the Department of the Environment, Food and Rural Affairs (Defra) under the Marine (Scotland) Act 2010 and the Conservation of Seals Act 1970 on the size, distribution and status of UK seal populations. The surveys also provide information to Scottish Natural Heritage (SNH) that is used to satisfy Scottish obligations under the EU’s Habitats Directive on reporting the conservation status of seals within SACs and in Scotland.
Harbour seal surveys are carried out by helicopter within daylight hours during the harbour seal moulting season (August) using a thermal imaging camera to locate and count seals hauled out ashore. Because harbour seals do not aggregate in colonies but are spread around the Scottish coast, it is necessary to search the entire coastline in order to obtain reliable minimum population counts. A thermal imager is essential for finding seals that are hauled-out on rocks or seaweed as they are not as obvious as seals lying on sandbanks and would often be impossible to detect without a thermal image. Additionally, high resolution true-colour images are required in order to distinguish accurately between harbour seals and grey seals that frequently share the same haul-out sites.
Key equipment requirements:
— Gyro-stabilised multi-sensor gimbal,
— Sensor 1: High resolution IR thermal imager,
— Sensor 2: High-resolution digital SLR camera,
— Sensor 3: Wide-angle daylight HD video camera.
Please also see ITT.
II.2.2)Information about options
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
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.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
III.2.3)Technical capacity
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(2) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(4) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
(5) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(6) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(7) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(8) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(9) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 15.9.2015 – 12:00
Place:
Procurement — University of St Andrews.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Appointed Procurement Staff.
Section VI: Complementary information
VI.3)Additional information
All tenders for University of St Andrews are administered through our e-Tendering System (In-tend). To Express an Interest please go to our tender web site at: https://in-tendhost.co.uk/universityofstandrews
Please note that ‘Notes of Interest’ placed via PCS (Public Contracts Scotland) are not automatically accepted.
(SC Ref:408957).
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: