web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Cardiff: Communications equipment

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 138-282853/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Cardiff University
Postal address: Procurement Services, McKenzie House, 30-36 Newport Road
Town: Cardiff
Postal code: CF24 0DE
Country: United Kingdom
Contact Person: Huw Price
Telephone: +44 2920879648
Email: Buyline@cardiff.ac.uk
Nuts code: UKL
Internet address(es):
Main address: www.cardiff.ac.uk/purch/
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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:
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: High Speed Vector Network Analyzer (VNA) and Lightwave Component Analyzer (LCA).

Reference number: SPEC573/GHP
II.1.2) Main CPV code: 32570000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Full overview and scope of the procurement is stated in the ITT document.

II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
32570000

II.2.3) Place of performance
Nuts code: UK, UKL22
Main site or place of performance:
Cardiff University.

II.2.4) Description of the procurement:
Compound Semiconductor (CS) materials are a Key Enabling Technology at the heart of modern society. They are central to the development of, for example, the 5G network, new energy efficient lighting, Smart Phones, Satellite Communications Systems, power electronics for the next generation of electric vehicles, new imaging techniques, and emerging applications such as the Internet of Things. Simply put, these technologies support our connected world, our health, our security and the environment. The next generation of these technologies can only be achieved with a step change in CS manufacturing.
The EPSRC CS Manufacturing Hub is an absolutely critical core element in developing an emerging, world leading, CS Cluster in South Wales, building on a GBP 78M Capital investment in new materials and component fabrication infrastructure.
The manufacture of CS devices and sub-systems by traditional means is bespoke and thus expensive, limiting commercial take-up. The platform activities will concentrate on making CS manufacturing more generic and reproducible. One of the Grand Challenge activities will focus on RF and optical communication sub-systems. The equipment in the ITT enhances the core capability to support this Grand Challenge.
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: 4
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: 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

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:As stated in the ITT document.
III.1.2) Economic and financial standing
List and brief description of selection criteria: As stated in the ITT document.
Minimum level(s) of standards possibly required: As stated in the ITT document.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: As stated in the ITT document.

Minimum level(s) of standards possibly required:As stated in the ITT document.

III.2.2) Contract performance conditions: As stated in the ITT document.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-08-18 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:CY, EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2017-08-18 Local time: 12:00 Place:Cardiff University Procurement Services.

Information about authorised persons and opening procedure:Electronic tender opening via the University’s e-tender portal IN-Tend.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
VI.3) Additional information:
All tender costs and liabilities incurred by Bidders shall be the sole responsibility of Bidders.
The University reserves the right to award the contract in whole or part.
The University reserves the right to annul the tendering process and not award any contract.
All documents to be priced in GBP and all payments made in GBP
All documents to be priced in GBP excluding VAT.
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:
As stated in the ITT documents.
(WA Ref:69209).
VI.4) Procedures for review
VI.4.1) Review body
Official name: Cardiff University
Postal address: Procurement Services, McKenzie House, 30-36 Newport Road
Town: Cardiff
Postal code: CF24 0DE
Country: United Kingdom
Telephone: +44 2920879648
Internet address: www.cardiff.ac.uk/purch/

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Cardiff University will incorporate a standstill period at the point information on the award of the contract is communicated to bidders. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful bidders to clarify or query the award decision before the contract is entered into. The UK Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.5) Date of dispatch of this notice:2017-07-19