Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Sheffield Hallam University
10005790
City Campus,Howard Street
SHEFFIELD
S11WB
UK
Contact person: Procurement Team
Telephone: +44 1142253431
E-mail: strategicprocurement@shu.ac.uk
NUTS: UKE32
Internet address(es)
Main address: www.shu.ac.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.in-tendhost.co.uk/sheffieldhallamuniversity
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.in-tendhost.co.uk/sheffieldhallamuniversity
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
Cell Sorter with Class II Biological Safety Cabinet
Reference number: 2223-12-BTE-JA
II.1.2) Main CPV code
38000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The University has a requirement for a Cell Sorter with Class II Biological Safety Cabinet
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
33100000
38500000
II.2.3) Place of performance
NUTS code:
UKE32
Main site or place of performance:
Sheffield
II.2.4) Description of the procurement
Sheffield Hallam University requires a Cell Sorter and Class II Biological Cabinet with its supporting equipment, initial consumables, software, and warranties. The equipment is part of a long-term plan to ensure that the University continues to offer an up-to-date, industry-relevant experience to our students and that we teach innovative cutting-edge technologies that not only add to the student experience but also the credibility of the University.
This tender is for the supply, installation, commissioning, warranty and maintenance of a state-of-the-art Cell Sorter and Class II Biological Safety Cabinet.
We also require information about Warranty, Documentation, Maintenance, Delivery, Installation, Commissioning and Acceptance Testing, Training, Health and Safety (H&S) and Technical Support.
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: 84
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 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:
24/04/2023
Local time: 16:00
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
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
24/04/2023
Local time: 16:01
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
Sheffield Hallam University
Howard Street
Sheffield
S1 1WB
UK
VI.5) Date of dispatch of this notice
13/03/2023