web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Newcastle upon Tyne: Instruments for checking physical characteristics

Type of document: Dynamic purchasing system
Country: United Kingdom
OJEU Ref: (2016/S 140-253395/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Mixed global and partial bid

Dynamic purchasing system
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Newcastle University
2nd Floor South, Higham House, New Bridge Street West
Newcastle upon Tyne
Postal code: NE1 8AF
United Kingdom
Contact points(s):
For the attention of: Dave Anderson
Phone: +44 1912085360
Email: Dave.Anderson@ncl.ac.uk
Fax: +44 1912088845
Internet Address(es):
General address of the contracting authority: www.ncl.ac.uk
Address of the buyer profile:
Electronic access to information:
Electronic submission of tenders and requests to participate:
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:
Body governed by public law
I.3) Main activity: Education
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
(NU/1195) Newcastle University Urban Observatory Sensors DPS.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Nuts code: UKC22
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):

II.1.4) Information on framework agreement:
II.1.5) Short description of the specific contract:
Newcastle University invites bids to join a Dynamic Purchasing System it is establishing for the provision of a range of environmental sensor equipment for it’s Urban Observatory project in the city. The Urban Observatory is a research project funded by Newcastle University as part of Science Central initiative. It seeks to understand how a city system functions and how different parameters interact. (E.g. heat island effect and green spaces, flooding and traffic congestion.) All the sensor data is open and available to the public via this portal ( )
There will be 6 Sensor lots on this DPS:
1. Environment;
2. Weather;
3. Transport;
4. Energy;
5. Water;
6. Human.
Suppliers must indicate which lots they are applying for in this initial DPS Round.
II.1.6) Common procurement vocabulary (CPV): 38400000, 38434400, 38344000, 38293000, 38120000, 38421000, 38550000, 34970000, 38420000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: Yes. Tenders may be submitted for one or more lots
II.1.9) Information about variants:
Variants will be accepted:
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
Newcastle University invites bids to join a Dynamic Purchasing System it is establishing for the provision of a range of environmental sensor equipment for it’s Urban Observatory project in the city. The Urban Observatory is a research project funded by Newcastle University as part of Science Central initiative. It seeks to understand how a city system functions and how different parameters interact. (E.g. heat island effect and green spaces, flooding and traffic congestion.) All the sensor data is open and available to the public via this portal ( )
There will be 6 Sensor lots on this DPS:
1. Environment;
2. Weather;
3. Transport;
4. Energy;
5. Water;
6. Human.
Suppliers must indicate which Lots they are applying for in this initial DPS Round.
Estimated value excluding VAT:
3 000 000 GBP
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion:
Duration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1; Lot title: Environmental Sensors
1) Short description: This includes, but is not exhaustive: air pollution indoor and outdoor gases (NO2, NOx, O3, CO,) and particle matter (in size fractions PM1, 2,5 and/or 10), noise; Atmospheric gases (GHG);Soil parameters – (soil moisture, soil gases, soil carbon and organic matter content); Ground movements — vibrations, seismic; Sensing of indicators of biodiversity — in soil, water or air (vegetation, bees, birds, worms etc.).
2) Common procurement vocabulary (CPV): 38400000,38420000,38434400,38344000,38293000
3) Quantity or scope:
As and when required throughout the life of the DPS.

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 2; Lot title: Weather Sensors
1) Short description: This includes, but is not exhaustive: climate variables (temp, humidity, rainfall, solar radiation).
2) Common procurement vocabulary (CPV): 38120000
3) Quantity or scope:
As and when required throughout the life of the DPS.

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 3; Lot title: Transport Sensors
1) Short description: This includes, but is not exhaustive: traffic movements; flow and velocity of vehicles, ID of different modes ( pedestrian, cycle, car, lorry, bus).
2) Common procurement vocabulary (CPV): 34970000,34971000,34972000
3) Quantity or scope:
As and when required throughout the life of the DPS.

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 4; Lot title: Energy Sensors
1) Short description: This includes, but is not exhaustive: energy use, heat flows and power usage across scales of a city (monitoring sub-stations) to individual building or rooms or materials/structures.
2) Common procurement vocabulary (CPV): 38550000
3) Quantity or scope:
As and when required throughout the life of the DPS.

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 5; Lot title: Water Sensors
1) Short description: This includes, but is not exhaustive: water movement (quantity- flow) in urban landscapes (e.g. in rivers, ditches, surface runoff and also in Sustainable Urban Drainage (SUDS) and green infrastructure (GI).Water quality parameters – in SUDS and in rivers (turbidity, nutrients, DOC etc.).
2) Common procurement vocabulary (CPV): 38400000,38421100
3) Quantity or scope:
As and when required throughout the life of the DPS.

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 6; Lot title: Human Sensors
1) Short description: This includes, but is not exhaustive.
2) Common procurement vocabulary (CPV): 34970000
3) Quantity or scope:
As and when required throughout the life of the DPS.

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
A parent company guarantee may be required depending on the status of the supplier.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the tender document.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: Further details will be provided within the contract documentation.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Tenderers should provide a copy of their most recent published annual accounts.
Minimum level(s) of standards possibly required: The contract should not account for more than 50 % of the Tenderers annual turnover.
III.2.3) Technical capacity
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: no

III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiatedNO
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
NU/1195
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
19.08.2016 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Persons authorised to be present at the opening of tenders: no.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
This DPS opportunity can be accessed by registering (or logging in if you already have an account) at:
Please then review the DPS Information Document to determine if this opportunity is of interest.
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
Newcastle University
United Kingdom
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:Newcastle University authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. 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 tenderers to challenge the award decision before the contract is entered into The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are 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:
18.07.2016