Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Laboratory, optical and precision equipments (excl. glasses) [magnetic bearing drive systems for isis neutron disc choppers at stfc]
UK

Purchaser: UK Research and Innovation

12/04/2018 S71 - - Supplies - Contract notice - Open procedure
I.II.III.IV.VI.
United Kingdom-Harwell: Laboratory, optical and precision equipments (excl. glasses)

2018/S 071-156786

Contract notice

Supplies

Directive 2014/24/EU
Section I: Contracting authority

I.1)
Name and addresses
UK Research and Innovation
Science and Technology Facilities Council, Rutherford Appleton Laboratory
Harwell, Oxford
OX11 0QX
United Kingdom
E-mail: majorprojects@uksbs.co.uk
NUTS code: UKJ14
Internet address(es):

Main address: https://www.stfc.ac.uk/

I.2)
Information about joint procurement
I.3)
Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://gpsesourcing.cabinetoffice.gov.uk/emptoris
Additional information can be obtained from another address:
UK Shared Business Services Ltd
Polaris House, North Star Avenue
Swindon
SN2 1FF
United Kingdom
E-mail: ExpressionOfInterest@crowncommercial.gov.uk
NUTS code: UKK14
Internet address(es):

Main address: https://gpsesourcing.cabinetoffice.gov.uk/emptoris

Tenders or requests to participate must be submitted electronically via: https://gpsesourcing.cabinetoffice.gov.uk/emptoris
I.4)
Type of the contracting authority
Body governed by public law
I.5)
Main activity
Other activity: Scientific Research
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
UK SBS PR18016 UKRI Magnetic Bearing Drive Systems for ISIS Neutron Disc Choppers at STFC

Reference number: UK SBS PR18016
II.1.2)
Main CPV code
38000000
II.1.3)
Type of contract
Supplies
II.1.4)
Short description:
The ISIS pulsed neutron and muon source is a world-leading centre for research at UKRI's STFC Rutherford Appleton Laboratory near Oxford. STFC's suite of neutron and muon instruments give unique insights into the properties of materials on the atomic scale. Neutron choppers are essential components for the majority of the instruments for conditioning the neutron beam to enable a range of scientific techniques to be employed.

Neutron choppers are spinning cylinders that block neutrons except for one or more window sections where the neutron beam is allowed to pass to the sample under study. ISIS operates different types of choppers, and this tender request relates to disc chopper systems that will operate in a vacuum environment. These systems may be arranged into single or double disc configurations with a low or high speed requirement. UKRI is looking for a supplier of reliable magnetic bearing drive Systems that will accommodate existing chopper payloads as well as future designs.

II.1.5)
Estimated total value
Value excluding VAT: 1 500 000.00 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: UKJ14
Main site or place of performance:
Didcot, Oxfordshire, United Kingdom

II.2.4)
Description of the procurement:
The ISIS pulsed neutron and muon source is a world-leading centre for research at UKRI's Science and Technology Facilities Council (STFC), Rutherford Appleton Laboratory, near Oxford. STFC's suite of neutron and muon instruments give unique insights into the properties of materials on the atomic scale. Neutron choppers are essential components for the majority of the instruments for conditioning the neutron beam to enable a range of scientific techniques to be employed.

Neutron choppers are spinning cylinders that block neutrons except for one or more window sections where the neutron beam is allowed to pass to the sample under study. ISIS operates different types of choppers, and this tender request relates to disc chopper systems that will operate in a vacuum environment. These systems may be arranged into single or double disc configurations with a low or high speed requirement. UKRI is looking for a supplier of reliable magnetic bearing drive systems that will accommodate existing chopper payloads as well as future designs.

The tender documents include the outline specification for a total of 6 disc chopper drive systems to be purchased following placement of the call-off contract. Future systems procured under this contract would be based upon this specification (approximately up to 30 disc chopper drive systems), but adjusted to meet the specific project requirements, to be agreed at the project’s preliminary design review.

The submitted tender return(s) should indicate that the tender respondent has a system which meets this tender specification. The response should detail how each of the specific requirements of this specification will be met.

The volumes purchased throughout the duration of the contract cannot be guaranteed.

Please refer to the tender documentation for full details.

II.2.5)
Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
II.2.6)
Estimated value
Value excluding VAT: 1 500 000.00 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.2.10)
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
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
III.1.3)
Technical and professional ability
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
Section IV: Procedure

IV.1)
Description
IV.1.1)
Type of procedure
Open procedure
IV.1.3)
Information about a framework agreement or a dynamic purchasing system
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: yes
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: 21/05/2018
Local time: 11:00
IV.2.3)
Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Date: 21/05/2018
Local time: 11:00
Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about electronic workflows
VI.3)
Additional information:
The contracting authority UKRI, wishes to establish an agreement for use by the following UK public sector bodies (and any future successors to these organisations) Science & Technology Facilities Council (STFC) who are part of UKRI, being the end customer expressly reserves the right:

i— not to award any contract as a result of the procurement process commenced by publication of this notice, and

ii— to make whatever changes it may see fit to the content and structure of the procurement; and in no circumstances will the contracting authority UKRI will be liable for any costs incurred by the candidates.

If the contracting authority decides to enter into a contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded.

Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of bidders.

UK Research and Innovation wishes to establish an agreement for use by the following UK public sector bodies (and any future successors to these organisations).

Core customers: associated bodies.

The contract will be open for use by UK research and innovation science and technology facilities council.

UK Shared Business Services Ltd are able to accept unstructured electronic invoicing all submissions will be assessed in accordance with the public contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts). This procurement will be managed electronically via the Crown Commercial Service’s e-Sourcing Suite. To participate in this procurement, participants shall first be registered on the e-Sourcing Suite. If bidders have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk/emptoris by following the link “Supplier eSourcing Registration”. Please note that, to register, Bidders must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Note: registration may take sometime please ensure that you allow a sufficient amount of time to register.

Full instructions for registration and use of the system can be found at: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@crowncommercial.gov.uk

Your email must clearly state: the name and reference for the procurement you wish to register for your organisations full name as a registered supplier.

The name and contact details for the registered individual sending the email Crown Commercial Service (CCS) will process the email and then enable the Bidder to access the procurement online via the e-Sourcing Suite.

The registered user will receive a notification email to alert them once this has been done.

As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event.

Please note it is your responsibility to access these.

Emails on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service (CCS) Helpdesk (Not UK SBS Ltd): Freephone: 0345 010 3503.

Email: eenablement@crowncommercial.gov.uk.

Training support to respond to a requirement is available to bidders at http://www.uksbs.co.uk/services/procure/Pages/supplier.aspx

Responses must be received by the date in IV.2.2. Responses received outside or concurrently using the eSourcing process will not be accepted or considered further for this opportunity.

VI.4)
Procedures for review
VI.4.1)
Review body
UK Shared Business Services Ltd
Polaris House, North Star Avenue
Swindon
SN2 1FF
United Kingdom
E-mail: policy@uksbs.co.uk
Internet address:www.uksbs.co.uk

VI.4.2)
Body responsible for mediation procedures
VI.4.3)
Review procedure
VI.4.4)
Service from which information about the review procedure may be obtained
UK Shared Business Services Ltd
North Star House, North Star Avenue
Swindon
SN2 1FF
United Kingdom
E-mail: policy@uksbs.co.uk
Internet address:www.uksbs.co.uk

VI.5)
Date of dispatch of this notice:
10/04/2018


http://ted.europa.eu/, TED database, © European Communities, 1995-2018.