Ausschreibungen u. Aufträge: Fahrsimulatoren - UK-Loughborough
Fahrsimulatoren.
Ausrüstung für Luft- oder Raumfahrzeuge, Bodengeräte für die Flugausbildung, Simulatoren und zugehörige Teile.
Dokument Nr...................: 149976-2004
Veröffentlicht................: 08.09.2004
*
VERGABEBEKANNTMACHUNG
Lieferauftrag
I.1) Offizieller Name und Anschrift des öffentlichen Auftraggebers:
Loughborough University, Att: Mr T. J. Burton, Purchasing Office, James
France Building, UK-Loughborough LE11 3TU. Tel.: 01509 223610. Fax: 01509
223916. E-mail: T.J.Burton@lboro.ac.uk. URL:
https://www.in-tendhost.com/loughborouni/.
II.1.8.1) Gemeinsames Vokabular für öffentliche Aufträge (CPV):
31641100, 35350000.
Beschreibung: Fahrsimulatoren.
Ausrüstung für Luft- oder Raumfahrzeuge, Bodengeräte für die
Flugausbildung, Simulatoren und zugehörige Teile.
IV.3.3) Schlusstermin für den Eingang der Angebote oder
Teilnahmeanträge: 8.10.2004. Uhrzeit: 12:00.
IV.3.5) Sprache oder Sprachen, die für die Angebotslegung oder
Teilnahmeanträge verwendet werden können: Englisch.
OT: CONTRACT NOTICE
Supplies
This contract is covered by the Government Procurement Agreement (GPA):
Yes.
SECTION I: CONTRACTING AUTHORITY
I.1) Official name and address of the contracting authority:
Loughborough University, Att: Mr T. J. Burton, Purchasing Office, James
France Building, UK-Loughborough LE11 3TU. Tel.: 01509 223610. Fax: 01509
223916. E-mail: T.J.Burton@lboro.ac.uk. URL:
https://www.in-tendhost.com/loughborouni/.
I.2) Address from which further information can be obtained:
Loughborough University, Att: Dr. Peter Render, Aeronautical and
Automotive Engineering, UK-Loughborough LE11 3TU. Tel.: 01509 227203.
E-mail: P.M.Render@lboro.ac.uk. URL: https://www.intendhost.com/
loughborouni/.
I.5) Type of contracting authority: Body governed by public law.
SECTION II: OBJECT OF THE CONTRACT
II.1) Description
II.1.2) Type of supplies contract: Purchase.
II.1.4) Framework agreement: No.
II.1.5) Title attributed to the contract by the contracting authority:
Supply, installation and support of a flight/road vehicle simulator.
II.1.6) Description/object of the contract: The Department of
Aeronautical and Automotive Engineering requires a combined flight/road
vehicle simulator for teaching and research use. The simulator will
support undergraduate and postgraduate teaching in Aeronautical and
Automotive engineering programmes. On the Aeronautical programmes the
simulator will support teaching in aircraft dynamics, avionics and
aircraft design and vehicle dynamics on the Automotive programmes. For
all programmes the simulator will be used for final year individual
student project work and group design projects. The simulator will be
used for research into road vehicle dynamics and handling, flight control
systems, aircraft performance metrics, as well as multi-disciplinary
research involving Systems Engineering and Human Sciences. A six axis
motion platform is required. This may be either hydraulic or electriclly
powered. A minimum stroke of order 480 mm and a minimum payload
capability of 1 000 kg is also required. The pilot/driver station should
allow changes between flight and road vehicles to be carried out quickly
without recourse to specialist tools or skilled personnel. There are
budgetary restrictions on this contract.
Estimated value of contract is 173 000 GBP plus VAT.
II.1.7) Site or location of works, place of delivery or performance:
Loughborough University.
II.1.8) Nomenclature
II.1.8.1) Common Procurement Vocabulary (CPV): 31641100, 35350000.
II.1.9) Division into lots: No.
II.1.10) Will variants be accepted: No.
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope: Tenders may be submitted for: one lot.
Suppliers must tender for all parts of the contract and the tender price
must be fully inclusive of delivery, installation, commissioning and
support/maintenance.
II.3) Duration of the contract or time limit for completion: Starting:
22.11.2004 - Ending: 1.11.2005.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.2) Conditions for participation
III.2.1) Information concerning the personal situation of the
contractor, supplier or service provider and information and formalities
necessary for the evaluation of the minimum economic, financial and
technical capacity required: Proof of supplier"s financial and economic
standing is required along with technical capacity.
III.2.1.1) Legal position - means of proof required: Suppliers will be
requested to produce a copy of a company registration certificate and
confirm that none of the points in the legislation (eg bankruptcy)
applies to them.
III.2.1.2) Economic and financial capacity - means of proof required:
Suppliers will be requested to produce the last 2 years of audited
accounts and the names and addresses of three organisations who may be
contacted to seek references.
III.2.1.3) Technical capacity - means of proof required: Suppliers will
be requested to produce evidence of technical capacity to deliver the
requirements of the contract. Specific reference must be given to high
quality products, systems and procedures.
III.3) Conditions specific to services contracts
III.3.1) Provision of the service is reserved to a specific profession:
No.
III.3.2) Legal entities required to state the names and professional
qualifications of the personnel responsible for execution of the
contract: No.
SECTION IV: PROCEDURE
IV.1) Type of procedure: Open.
IV.1.1) Candidates already selected: No.
IV.1.3) Previous publication concerning the same contract
IV.1.3.1) Prior information notice concerning the same contract: Notice
number in OJ contents list: 2004/S 76-064617 - Of: 17.4.2004.
IV.2) Award criteria: The most economically advantageous tender in terms
of:
Criteria as stated below:
1: evidence of processes and procedures which are followed to ensure a
high standard of quality;
2: prices;
3: financial stability;
4: specification, product quality, after sales service and support;
5: references;
6: technical ability and environmental issues;
7: quality of tender response, acceptance of Loughborough terms and
conditions.
In descending order of priority: Yes.
IV.3) Administrative information
IV.3.1) Reference number attributed to the file by the contracting
authority: LU000110 (Loughborough University Reference).
IV.3.2) Conditions for obtaining contract document and additional
documents: Obtainable until: 30.9.2004.
Price: 75 GBP.
Terms and method of payment: A non refundable cheque made payable to
Loughborough University must be sent by post to Mr. T J Burton,
Purchasing Manager, at the address stated in 1.1 to be received no later
than the tender closing date. Failure to do so will invalidate any
suppliers tender.
IV.3.3) Time-limit for receipt of tenders or requests to participate:
8.10.2004. Time: 12:00.
IV.3.5) Language or languages in which tenders or requests to
participate can be drawn up: English.
IV.3.6) Minimum time frame during which the tenderer must maintain its
tender: 3 months from the deadline stated for receipt of tenders.
IV.3.7) Conditions for opening tenders
IV.3.7.1) Persons authorised to be present at the opening of tenders:
Purchasing Manager plus nominee.
IV.3.7.2) Date, time and place: 8.10.2004-15:00.
Loughborough University.
SECTION VI: OTHER INFORMATION
VI.1) Non-mandatory notice: No.
VI.3) The contract relates to a project/programme financed by EU funds:
No.
VI.4) Additional information: Suppliers interested in applying for
tender documents must do so by applying on line at:
https://www.in-tendhost.com/loughborouni/ This electronic tendering
mechanism is free of charge to suppliers.
IV.1) Type of procedure: Open (with PIN).
VI.5) Date of dispatch of this notice: 2.9.2004.
--------------------------------------------------------------------------------
Database Operation & Alert Service (icc-hofmann) for:
The Office for Official Publications of the European Communities
The Federal Office of Foreign Trade Information
Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de