英國採購案 - United Kingdom-Stirling: Microscopes
- 標題:United Kingdom-Stirling: Microscopes
- 採購機關名稱:APUC Limited
- 國別:英國
- 類別:儀器
- 採購產品說明:Framework Agreements for the supply of microscopes and imaging equipment
- 標案號碼:2017/S 221-458882
- 資金來源:APUC Limited
- 合約型式:Supply Contract
- 截標日期:12/02/2018 15:00
- 開標日期:12/02/2018 15:00
- 標案金額:Value excluding VAT: 40 000 000.00 GBP
- 連結網站:http://ted.europa.eu/udl?uri=TED:NOTICE:458882-2017:TEXT:EN:HTML&src=0
- 聯絡人資料:
APUC Limited
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
United Kingdom
Contact person: Stephanie McAteer
Telephone: +44 1314428959
E-mail: smcateer@apuc-scot.ac.uk
http://www.apuc-scot.ac.uk
http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
- 請附上採購詳細內容:
United Kingdom-Stirling: Microscopes
2017/S 221-458882
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
APUC Limited
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
United Kingdom
Contact person: Stephanie McAteer
Telephone: +44 1314428959
E-mail: smcateer@apuc-scot.ac.uk
NUTS code: UKM77
Internet address(es):
Main address: http://www.apuc-scot.ac.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
I.2)Joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Education
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
LAB1015AP Framework Agreements for the supply of microscopes and imaging equipment.
Reference number: LAB1015AP
II.1.2)Main CPV code
38510000
II.1.3)Type of contract
Supplies
II.1.4)Short description:
The Authority is seeking Contractor(s) for the supply of microscopes and imaging equipment required for the efficient functioning of laboratories in UK Higher and Further Education Institutions, NHS Scotland and other Scottish Public Sector Organisations. Products are divided into 12 separate lots; compound microscopes, laser scanning microscopes and imaging systems, stereo and zoom microscopes, medical microscopes, super resolution and enhanced resolution microscopes, new technology and combined systems, software, lasers, cameras, related accessories and consumables, equipment servicing of low end equipment and equipment servicing of high end equipment.
II.1.5)Estimated total value
Value excluding VAT: 40 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Compound Microscopes
Lot No: 1
II.2.2)Additional CPV code(s)
38510000
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
Upright and inverted for use in teaching, tissue culture analysis and routine applications.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Equipment and Personnel / Weighting: 30
Quality criterion - Name: Support and Development / Weighting: 30
Quality criterion - Name: Quality Assurance, Risk Management and Sustainability / Weighting: 20
Price - Weighting: 20
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
1 year extension if mutually acceptable terms can be met.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Laser scanning microscopes and imaging systems
Lot No: 2
II.2.2)Additional CPV code(s)
38510000
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
Upright or inverted using laser technology such as Conforcal, Spinning Disc, TIRF and Multi-photon. Includes associated imaging equipment such as slider scanners.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Equipment and personnel / Weighting: 30
Quality criterion - Name: Support and development / Weighting: 30
Quality criterion - Name: Quality assurance, risk management and sustainability / Weighting: 20
Price - Weighting: 20
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
1 year extension if mutually acceptable terms can be met.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Stereo and zoom microscopes
Lot No: 3
II.2.2)Additional CPV code(s)
38510000
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
Upright or inverted featuring optional fluorescence and camera systems, for routine and clinical dissection, sorting and examination.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Equipment and personnel / Weighting: 30
Quality criterion - Name: Support and development / Weighting: 30
Quality criterion - Name: Quality assurance, risk management and sustainability / Weighting: 20
Price - Weighting: 20
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
1 year extension if mutually acceptable terms can be met.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Medical microscopes
Lot No: 4
II.2.2)Additional CPV code(s)
38510000
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
Products designed for specialist medical and surgical applications, e.g. colposcopes, surgical loupes and microscopes with specific task fulfilment in neurology, ENT, dermatology, ophthalmology, dental or maxillofacial medicine.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Equipment and personnel / Weighting: 30
Quality criterion - Name: Support and development / Weighting: 30
Quality criterion - Name: Quality assurance, risk management and sustainability / Weighting: 20
Price - Weighting: 20
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
1 year extension if mutually acceptable terms can be met.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Super resolution and enhanced resolution microscopes
Lot No: 5
II.2.2)Additional CPV code(s)
38510000
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
Determinstic super resolution and stochastic super resolution microscopy equipment such as STED, GSD, SPDMphymod.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Equipment and personnel / Weighting: 30
Quality criterion - Name: Support and development / Weighting: 30
Quality criterion - Name: Quality assurance, risk management and sustainability / Weighting: 20
Price - Weighting: 20
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
1 year extension if mutually acceptable terms can be met.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
New technology and combined systems
Lot No: 6
II.2.2)Additional CPV code(s)
38510000
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
Areas of developing innovation or products which utilise technology that crosses lot boundaries imposed.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Equipment and personnel / Weighting: 30
Quality criterion - Name: Support and development / Weighting: 30
Quality criterion - Name: Quality assurance, risk management and sustainability / Weighting: 20
Price - Weighting: 20
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
1 year extension if mutually acceptable terms can be met.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Software
Lot No: 7
II.2.2)Additional CPV code(s)
48100000
38510000
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
Modular digital imaging and microscope software for image acquisition, processing and analysis.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Equipment and personnel / Weighting: 30
Quality criterion - Name: Support and development / Weighting: 30
Quality criterion - Name: Quality assurance, risk management and sustainability / Weighting: 20
Price - Weighting: 20
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
1 year extension if mutually acceptable terms can be met.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lasers
Lot No: 8
II.2.2)Additional CPV code(s)
38636100
38636110
38510000
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
Specialist laser components for microscopes such as diode or ion lasers.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Equipment and personnel / Weighting: 30
Quality criterion - Name: Support and Development / Weighting: 30
Quality criterion - Name: Quality assurance, risk management and sustainability / Weighting: 20
Price - Weighting: 20
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
1 year extension if mutually acceptable terms can be met.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Cameras
Lot No: 9
II.2.2)Additional CPV code(s)
38651000
38510000
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
Specialist camera components for image acquisition in relation to life science applications and materials research.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Equipment and personnel / Weighting: 30
Quality criterion - Name: Support and development / Weighting: 30
Quality criterion - Name: Quality assurance, risk management and sustainability / Weighting: 20
Price - Weighting: 20
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
1 year extension if mutually acceptable terms can be met.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Related accessories and consumables
Lot No: 10
II.2.2)Additional CPV code(s)
38510000
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
Microscopy accessories, consumables and upgrades. Includes light sources, cameras, sample preparation equipment, objectives, filter sets etc.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Equipment and personnel / Weighting: 30
Quality criterion - Name: Support and development / Weighting: 30
Quality criterion - Name: Quality assurance, risk management and sustainability / Weighting: 20
Price - Weighting: 20
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
1 year extension if mutually acceptable terms can be met.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Equipment servicing of low end equipment
Lot No: 11
II.2.2)Additional CPV code(s)
38510000
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
Comprehensive or preventative maintenance of standard ‘of-the-shelf’ equipment out with its initial envisaged life cycle term.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Equipment and personnel / Weighting: 30
Quality criterion - Name: Support and development / Weighting: 30
Quality criterion - Name: Quality assurance, risk management and sustainability / Weighting: 20
Price - Weighting: 20
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
1 year extension if mutually acceptable terms can be met.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Equipment servicing of high end equipment
Lot No: 12
II.2.2)Additional CPV code(s)
38510000
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:
Comprehensive or preventative maintenance of specialised equipment which may be bespoke, experimental or high value in nature out-with its initial envisaged life cycle term.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Equipment and personnel / Weighting: 30
Quality criterion - Name: Support and development / Weighting: 30
Quality criterion - Name: Quality assurance, risk management and sustainability / Weighting: 20
Price - Weighting: 20
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
1 year extension if mutually acceptable terms can be met.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
List and brief description of selection criteria:
With reference to ESPD question 4B.5, it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below;
Employer's (Compulsory) Liability — 5 000 000 or greater (GBP)
Public and Product's Liability — 5 000 000 or greater (GBP)
With reference to ESPD question 4B.6 — The successful Contractor(s) will be required to provide two years audited accounts, or equivalent if awarded a place on the Framework Agreement. Alternatively, if the Contractor is unable to provide the required accounting information e.g. a new business without the required accounts, then they will be required to provide a bankers letter demonstrating their willingness to support the Contractors organisation over the term of the Framework Agreement. The to years audited accounts, or equivalent will be subject to ratio analysis.
Minimum level(s) of standards possibly required:
Employer's (Compulsory) Liability — 5 000 000 or greater (GBP)
Public and Product's Liability — 5 000 000 or greater (GBP)
Two years audited accounts or equivalent.
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 144
In the case of framework agreements, provide justification for any duration exceeding 4 years: 12 Lots with maximum of 12 Contractors per Lot. Framework Agreement 3 years with 1 year optional extension.
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 12/02/2018
Local time: 15:00
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:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Date: 12/02/2018
Local time: 15:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
With reference to ESPD questions 1.19 3A to 1.73 4C, information provided for Part 3 and 4 will be assessed on a Pass/Fail basis, where:
PASS = meets requirements as stated in Contract Notice
FAIL = does not meet requirements as stated in Contract Notice
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Tenderers must sign the ‘Form of Tender’, which can be found in the attachments section of the tender prior to award, to confirm that their Tender Response is a complete, true and accurate submission.
‘Freedom of Information’ in the Technical Questionnaire in PCS-Tender. This document should only be submitted at point of award.
In partnership with Institutions, the Authority has developed ‘Supply Chain Code of Conduct’, which can be found in the attachment section of the tender. This document sets out the Authority's expected standards for its supply chain in social, ethical and environmental compliance. This document should only be submitted at point of award.
The complete list of Institutions that can access the Framework Agreement can be found in the attachment section of PCS-Tender.
Note: the buyer is using PCS-tender to carry out this procurement process. The project code is project_9530 please note this is a different separate website from public contract Scotland and if you are not already registered, registration is required.
To access PCS-Tender record your interest in this notice and access the tender documentation by visiting https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html and searching for project code project_9530 under ITTs Open to All Suppliers. Please use the search/filter function, then select Project Code from the drop down menu. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.
A subcontract clause has been included in this requirement. For more information see: https://www.publiccontractsscotland.gov.uk/info
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is project_9530. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
A summary of the expected community benefits has been provided as follows: The Contractor will work with the Authority to deliver Community Benefits or social value where there are identifiable throughout the term of the Framework Agreement. Examples of community benefits or social value are providing training opportunities to staff and students, apprenticeships and investment in the local community etc.
(SC Ref:517316).
VI.4)Procedures for review
VI.4.1)Review body
APUC Limited
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
United Kingdom
Telephone: +44 1314428959
E-mail: smcateer@apuc-scot.ac.uk
Internet address:http://www.apuc-scot.ac.uk
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
15/11/2017