Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Birkbeck, University of London
Malet Street
London
WC1E 7HX
UK
Contact person: Bhavin Mistry
E-mail: b.mistry@bbk.ac.uk
NUTS: UKI31
Internet address(es)
Main address: https://in-tendhost.co.uk/birkbeck
Address of the buyer profile: www.bbk.ac.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/birkbeck
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/birkbeck
Tenders or requests to participate must be sent to the abovementioned address
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
BBKP 19 20 — Crystal Monitoring and Plate Optimisation
Reference number: BBKP 19 20
II.1.2) Main CPV code
38000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
This requirement is for a crystal monitoring and plate optimisation equipment in the protein crystallography and biophysics centre part of the Institute for Structural and Molecular Biology (ISMB) located at the department of Biological Sciences at Birkbeck College, London, WC1E 7HX UK.
II.1.5) Estimated total value
Value excluding VAT:
297 273.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1: Crystal Monitoring Equipment
II.2.2) Additional CPV code(s)
38000000
II.2.3) Place of performance
NUTS code:
UKI31
Main site or place of performance:
II.2.4) Description of the procurement
Lot 1: Crystal monitoring equipment We are expecting both equipment to be delivered and installed by the end of 2020. The maximum value of the contract is not more than GBP 297 273.00 divided across the 2 lots, but no guarantee is given as to the actual value of the contract. Any quantities shown within this invitation to tender and any relevant documentation are estimated and the College gives no warranty as to the accuracy or completeness of any such quantities. lots: The requirement is split into 2 Lots, which may result in 2 different equipment providers across the College: Lot 1 – Crystal monitoring equipment; and Lot 2 – Plate optimisation equipment. As part of the tender submission, Tenderers must quote their preference in the selection questionnaire of Lot 1, Lot 2 or both lots. Therefore, tenderers can bid for both lots and be awarded more than 1 lot.
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
Start:
30/10/2020
End:
29/10/2021
This contract is subject to renewal: Yes
Description of renewals:
Up to 24 months.
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:
No
II.2.11) Information about options
Options:
No
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
Lot No: 2
II.2.1) Title
Lot 2: Plate Optimisation Equipment
II.2.2) Additional CPV code(s)
38000000
II.2.3) Place of performance
NUTS code:
UKI31
Main site or place of performance:
II.2.4) Description of the procurement
Lot 2: Plate optimisation equipment We are expecting both equipment to be delivered and installed by the end of 2020. The maximum value of the contract is not more than GBP 297 273.00 divided across the 2 lots, but no guarantee is given as to the actual value of the contract. Any quantities shown within this invitation to tender and any relevant documentation are estimated and the College gives no warranty as to the accuracy or completeness of any such quantities. Lots: The requirement is split into 2 Lots, which may result in 2 different equipment providers across the College: Lot 1 – Crystal monitoring equipment; and Lot 2 – Plate optimisation equipment. As part of the tender submission, Tenderers must quote their preference in the selection questionnaire of Lot 1, Lot 2 or both lots. Therefore, tenderers can bid for both lots and be awarded more than 1 Lot.
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
Start:
30/10/2020
End:
29/10/2021
This contract is subject to renewal: Yes
Description of renewals:
Up to 24 months.
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:
No
II.2.11) Information about options
Options:
No
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
List and brief description of conditions:
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
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:
07/10/2020
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
06/12/2020
IV.2.7) Conditions for opening of tenders
Date:
07/10/2020
Local time: 14:00
Place:
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.4) Procedures for review
VI.4.1) Review body
Birkbeck, University of London
Malet Street
London
UK
Internet address(es)
URL: www.bbk.ac.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
07/09/2020