Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Prifysgol Bangor / Bangor University
Finance Office, Cae Derwen, College Road
Bangor
LL57 2DG
UK
Telephone: +44 1248388675
E-mail: n.h.day@bangor.ac.uk
NUTS: UKL12
Internet address(es)
Main address: http://www.bangor.ac.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0340
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/home.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/home.html
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etenderwales.bravosolution.co.uk/home.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
Microwave Test Equipment and Optical Equipment
II.1.2) Main CPV code
38300000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Bangor University’s Digital Signal Processing (DSP) Centre of Excellence is a 6M GBP research centre undertaking highly specialised research into the application of DSP in digital communication systems such as 5G and beyond networks and ecosystems. The DSP Centre was established with ~4M GBP capital and revenue funding from the Welsh European Funding Office (WEFO). The DSP Centre recently secured an additional ~3M GBP in capital funding from the North Wales Growth Deal (NWGD) allowing the Centre to significantly expand their lab capacity and capabilities by procuring high performance, high bandwidth, test equipment for both the generation and analysis of microwave and optical signals. The NWGD project is a 10 year project overall with equipment purchases being made across the first three years.
In this procurement exercise, three pieces of equipment are required and subsequently the tender has been split into three lots accordingly.
Bidders may tender for one or more lots. (Lot 1 and 3 to be funded by WEFO, Lot 2 to be funded by NWGD)
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Any combination of lots.
II.2) Description
Lot No: 1
II.2.1) Title
Arbitrary waveform generator 64GS/s
II.2.2) Additional CPV code(s)
38000000
II.2.3) Place of performance
NUTS code:
UKL12
Main site or place of performance:
Bangor University
II.2.4) Description of the procurement
Arbitrary waveform generator 64GS/s. Further details and specification available within tender documents.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Bangor University reserves the right to purchase optional items (as detailed in the specification), associated consumables and/or services (e.g. warranties, calibration) at a later date.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Lot No: 2
II.2.1) Title
Real-Time Oscilloscope 40GHz - 2 channels
II.2.2) Additional CPV code(s)
38342000
II.2.3) Place of performance
NUTS code:
UKL12
Main site or place of performance:
Bangor University
II.2.4) Description of the procurement
Real-Time Oscilloscope 40GHz - 2 channels. Further details and specification available within tender documents.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Bangor University reserves the right to purchase optional items (as detailed in the specification), associated consumables and/or services (e.g. warranties, calibration) at a later date.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Integrated Linear Optical Modulator
II.2.2) Additional CPV code(s)
38000000
II.2.3) Place of performance
NUTS code:
UKL12
Main site or place of performance:
Bangor University
II.2.4) Description of the procurement
Integrated Linear Optical Modulator. Further details and specification available within tender documents.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Bangor University reserves the right to purchase optional items (as detailed in the specification), associated consumables and/or services (e.g. warranties, calibration) at a later date.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Social Value criteria will be applied to this contract. Further details are available within the tender documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/03/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
13/03/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic payment will be used
VI.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=126927
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Bidders will be required to respond to selected Social Value Themes, Outcomes and Measures. Further details are provided within the tender documents.
(WA Ref:126927)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
10/02/2023