loading
  • GB-KY16 9LB St Andrews
  • 14.07.2017
  • Ausschreibung
  • (ID 2-268491)

University of St Andrews: Design, Manufacture and Installation of Modular Safepods


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 14.07.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Hochschulen, Wissenschaft und Forschung
    Art der Leistung Design
    Sprache Englisch
    Aufgabe
    The University of St Andrews is seeking a contractor for the a Framework Agreement for the Design, Manufacture, Installation, Service, Maintenance and Warranty of Modular Safepods.
    This is intended to be in the form of a series of work packages to cover:
    — The development and manufacture of a prototype SafePod on manufacturer site in the line with the performance specification detailed in the tender.
    — Thereafter the manufacture of 20 (anticipated number) of SafePods mirroring the completed SafePod prototype specification to create a SafePod pilot network across the UK.
    — The manufacture of a further 60-80 (estimated) Safepods (with possible refinement) to create a full SafePod network across the UK (subject to funding).
    The service, maintenance and warranty of the SafePod for a period of five years from the date of each SafePod installation.
    Leistungsumfang
    The ESRC's Micro Safe Setting Network (MSSN) is a new service that will provide support and help facilitate safe remote access to sensitive data held by data centres across the UK, such as those provided by the Administrative Data Research Network.
    The MSSN will comprise of:
    — A network of micro safe settings (known as SafePods) based within higher education institutions and other organisations across the UK.
    — A dedicated website to provide information about the MSSN and for researchers to book SafePods.
    — A CCTV service to enable SafePod owners and data controllers to view and monitor activity within a Safepod.
    — A dedicated User Support Service to assist stakeholders with MSSN enquiries.
    — An Advisory Board to plan and make decisions on the long term objectives of the MSSN.
    SafePods will form the basis of the network and will provide researchers with dedicated space from which they can remotely view sensitive data for research purposes. SafePods will be able to connect to services as agreed by the network and could potentially be used for other local confidential or sensitive work.
    The University of St Andrews is seeking a contractor for a Framework Agreement for the Design, Manufacture, Installation, Service and Warranty of Modular Safepods.
    This is intended to be in the form of a series of work packages to cover:
    — The development and manufacture of a prototype SafePod on manufacturer site in the line with the performance specification detailed in the tender.
    — Thereafter refinement of the prototype as required by the University of St Andrews. Delivery of the SafePod to a location within the UK determined by the University of St Andrews.
    — Thereafter the manufacture of 20 (anticipated number)of SafePods to the refined specification of the completed prototype to create a SafePod pilot network across the UK. — The manufacture of a further 60-80 (estimated) SafePods (with possible refinement) to create a full SafePod network across the UK (subject to funding).
    Adresse des Bauherren UK-KY16 9LB St Andrews
    TED Dokumenten-Nr. 227304-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-St Andrews: Specialty design services

      2017/S 113-227304

      Contract notice

      Supplies

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      University of St Andrews
      The Old Burgh School, Abbey Walk
      St Andrews
      KY16 9LB
      United Kingdom
      Contact person: Adrian Wood
      Telephone: +44 1334462523
      E-mail: MjE1YWNgVGZjVl5WX2UxZGUeUl9VY1ZoZB9SVB9mXA==
      NUTS code: UKM22

      Internet address(es):

      Main address: http://www.st-andrews.ac.uk/procurement/

      Address of the buyer profile: http://www.st-andrews.ac.uk/media/procurement/buyer-profile.pdf

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      Access to the procurement documents is restricted. Further information can be obtained at: https://in-tendhost.co.uk/universityofstandrews
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/universityofstandrews
      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://in-tendhost.co.uk/universityofstandrews
      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:

       

      University of St Andrews: Design, Manufacture and Installation of Modular Safepods.

       

      Reference number: GEO/130617/DL/SL
      II.1.2)Main CPV code
      79930000
      II.1.3)Type of contract
      Supplies
      II.1.4)Short description:

       

      The University of St Andrews is seeking a contractor for the a Framework Agreement for the Design, Manufacture, Installation, Service, Maintenance and Warranty of Modular Safepods.

      This is intended to be in the form of a series of work packages to cover:

      — The development and manufacture of a prototype SafePod on manufacturer site in the line with the performance specification detailed in the tender.

      — Thereafter the manufacture of 20 (anticipated number) of SafePods mirroring the completed SafePod prototype specification to create a SafePod pilot network across the UK.

      — The manufacture of a further 60-80 (estimated) Safepods (with possible refinement) to create a full SafePod network across the UK (subject to funding).

      The service, maintenance and warranty of the SafePod for a period of five years from the date of each SafePod installation.

       

      II.1.5)Estimated total value
      Value excluding VAT: 1 100 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      II.2.3)Place of performance
      NUTS code: UKM22
      Main site or place of performance:

       

      UK — St Andrews.

       

      II.2.4)Description of the procurement:

       

      The ESRC's Micro Safe Setting Network (MSSN) is a new service that will provide support and help facilitate safe remote access to sensitive data held by data centres across the UK, such as those provided by the Administrative Data Research Network.

      The MSSN will comprise of:

      — A network of micro safe settings (known as SafePods) based within higher education institutions and other organisations across the UK.

      — A dedicated website to provide information about the MSSN and for researchers to book SafePods.

      — A CCTV service to enable SafePod owners and data controllers to view and monitor activity within a Safepod.

      — A dedicated User Support Service to assist stakeholders with MSSN enquiries.

      — An Advisory Board to plan and make decisions on the long term objectives of the MSSN.

      SafePods will form the basis of the network and will provide researchers with dedicated space from which they can remotely view sensitive data for research purposes. SafePods will be able to connect to services as agreed by the network and could potentially be used for other local confidential or sensitive work.

      The University of St Andrews is seeking a contractor for a Framework Agreement for the Design, Manufacture, Installation, Service and Warranty of Modular Safepods.

      This is intended to be in the form of a series of work packages to cover:

      — The development and manufacture of a prototype SafePod on manufacturer site in the line with the performance specification detailed in the tender.

      — Thereafter refinement of the prototype as required by the University of St Andrews. Delivery of the SafePod to a location within the UK determined by the University of St Andrews.

      — Thereafter the manufacture of 20 (anticipated number)of SafePods to the refined specification of the completed prototype to create a SafePod pilot network across the UK. — The manufacture of a further 60-80 (estimated) SafePods (with possible refinement) to create a full SafePod network across the UK (subject to funding).

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 1 100 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      Objective criteria for choosing the limited number of candidates:

       

      As detailed in the ESPD Documentation.

      All sections in the ESPD document must be completed.

       

      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

       

      All tenders for the University of St Andrews are administered through our e-Tendering System (In-Tend). To Express an Interest please go to our tender web-site at: https://in-tendhost/universityofstandrews

      Please note that this Framework Agreement shall be available to all UK Public Sector Organisations and Research Councils/Bodies.

       

      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:

       

      Please refer to these statements when completing section 4B of the ESPD (Scotland).

      Statement for 4B.1:

      Bidders will be required to have provided the annual turnover for the past 3 financial years.

      It is a requirement of this contract that bidders hold the types of insurance detailed below at levels appropriate to the value of the contract.

      Employers Liability Insurance with a limit of not less than five million pounds sterling (5 000 000 GBP) per claim or series of related claims.

      Public Liability Insurance with a limit of not less than three million pounds sterling (3 000 000 GBP) per claim or series of related claims.

      Product Liability and Professional Indemnity Insurance with a limit of not less than one million pounds sterling (1 000 000 GBP) per claim or series of related claims.

      Data Loss Insurance with a limit of not less than one million pounds sterling (1 000 000 GBP) per claim or series of related claims.

      Sufficient insurance cover and protection to cover any warranty related claims for each SafePod.

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      Selection criteria as stated in the tender (ESPD) documents.

       

      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
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Restricted 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 a single operator
      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: no
      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: 14/07/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 07/08/2017
      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
      Duration in months: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      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
      VI.3)Additional information:

       

      All tenders for the University of St Andrews are administered through our e-Tendering System (In-Tend). To Express and Interest please go to our tender web-site at: https://in-tendhost/universityofstandrews

      Please note that this Framework Agreement shall be available to all UK Public Sector Organisations and Research Councils/Bodies.

      Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=492601

      (SC Ref:492601).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      University of St Andrews
      The Old Burgh School, Abbey Walk
      St Andrews
      KY16 9LB
      United Kingdom
      Telephone: +44 1334462523

      Internet address:http://www.st-andrews.ac.uk/staff/money/procurement/

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      The University of St Andrews will incorporate a minimum of 10 calendar day standstill period at the point of information on the award of the contract being communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from The University of St Andrews.

      If an appeal regarding the award of contract has not been successfully resolved The Public Contracts (Scotland) Regulations 2012 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session.

      Anyone bringing court proceedings against the University of St Andrews must inform the University of St Andrews in advance of the alleged breach and its intention to bring proceedings. Any such action must be brought within 15 days of the date on which a decision is sent to them or published to challenge that decision.

      Proceedings seeking an ineffectiveness order must be brought within 30 days of the publication of the contract award notice in the OJEU, or 30 days from the date of a decision letter to all tenderers concerned, and any candidates concerned, containing a summary of the reason for the recipient being unsuccessful, otherwise 6 months from the date of entering into the contract or concluding the framework agreement.

      Where a contract has not been entered into the Court may, by interim order, suspend the procurement procedure. The court may also set aside a decision or actions taken by the University or order it to amend and document; and/or award damages. However, by express requirement the court may decide not to grant an interim order when the negative consequences of such an order are likely to outweigh the benefits, having regard to a number of considerations.

      If the contract has been entered into the Court may, depending on the nature of the breach: make an ineffectiveness order; impose a financial penalty; shorten the duration of the contract; make any other order considered appropriate to address the consequences of ineffectiveness or shortening the duration or the contract; award damages.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      13/06/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 15.06.2017
Zuletzt aktualisiert 15.06.2017
Wettbewerbs-ID 2-268491 Status Kostenpflichtig
Seitenaufrufe 51