Construction Contract Leads
No location provided
Category Goods
Type
No. of Lots 1
Status Active
Published 26th Jan 2024
Reference | ocds-h6vhtk-043526 |
Common Procurement Vocabulary | Biometric sensors |
Procurement Method | Open procedure |
Value | £248,366 |
No location provided
Category Goods
Type
No. of Lots 1
Status Active
Published 26th Jan 2024
Reference | ocds-h6vhtk-043526 |
Common Procurement Vocabulary | Biometric sensors |
Procurement Method | Open procedure |
Value | £248,366 |
Section I: Contracting authority
I.1) Name and addresses
Swansea University
Procurement Office, Swansea University, Singleton Park
Swansea
SA2 8PP
Contact
Sue Davies
procurement [at] swansea.ac.uk
Telephone
+44 1792295890
Country
United Kingdom
NUTS code
UKL18 - Swansea
Internet address(es)
Main address
Buyer's address
https://etenderwales.bravosolution.co.uk/web/login.shtml
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk/web/login.shtml
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
Tender for Multimodal and Multisensory Research Systems
Reference number
SU108(24)
II.1.2) Main CPV code
- 35125110 - Biometric sensors
II.1.3) Type of contract
Supplies
II.1.4) Short description
The School of Management within the Faculty of Humanities and Social Sciences (FHSS) is seeking 1 single provider who is able to supply ALL the following integrated resources to deliver the 4 equipment solutions summarised below:
EQUIPMENT 1: Integrated bespoke biometric research station solution with synchronized multiple biosensors with advanced eye tracking capability
EQUIPMENT 2: Integrated bespoke biometric research station solution with synchronized multiple biosensors
EQUIPMENT 3: Integrated bespoke biometric research station solution with synchronized multiple biosensors
EQUIPMENT 4: Integrated bespoke portable biometric research station solution with synchronized multiple biosensors for field work
II.1.5) Estimated total value
Value excluding VAT: £248,366
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
- 38400000 - Instruments for checking physical characteristics
- 38900000 - Miscellaneous evaluation or testing instruments
- 38970000 - Research, testing and scientific technical simulator
II.2.3) Place of performance
NUTS codes
- UKL - Wales
II.2.4) Description of the procurement
The School of Management within the Faculty of Humanities and Social Sciences (FHSS) is seeking 1 single provider who is able to supply ALL the following integrated resources to deliver the 4 equipment solutions summarised below:
EQUIPMENT 1: Integrated bespoke biometric research station solution with synchronized multiple biosensors with advanced eye tracking capability
EQUIPMENT 2: Integrated bespoke biometric research station solution with synchronized multiple biosensors
EQUIPMENT 3: Integrated bespoke biometric research station solution with synchronized multiple biosensors
EQUIPMENT 4: Integrated bespoke portable biometric research station solution with synchronized multiple biosensors for field work
II.2.5) Award criteria
Quality criterion - Name: Technical Requirements and Anticipated Outputs / Weighting: 60%
Quality criterion - Name: Aftersales Service & Warranty / Weighting: 10%
Quality criterion - Name: Lead Time & Delivery / Weighting: 10%
Price - Weighting: 20%
II.2.6) Estimated value
Value excluding VAT: £248,366
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
1 year warranty mandatory. Up to 5 years warranty optional
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
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.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
28 February 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
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
Date
28 February 2024
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=137407
(WA Ref:137407)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom