|
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
Industrial robots [design, manufacture, delivery, installation and commissioning of ess remote handling system]
UK and Sweden
Purchaser: United Kingdom Atomic Energy Authority
25/05/2018 S98 - - Works - Contract notice - Competitive procedure with negotiation I.II.III.IV.VI. United Kingdom-Abingdon: Industrial robots
2018/S 098-222713
Contract notice
Works
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses United Kingdom Atomic Energy Authority Culham Science Centre Abingdon OX14 3DB United Kingdom Contact person: Rob Harries-Harris or Paula Barham Telephone: +44 1235468035 E-mail: rob.harries-harris@ukaea.uk NUTS code: UKJ14 Internet address(es):
Main address: https://www.gov.uk/government/organisations/uk-atomic-energy-authority
I.2) Information about joint procurement I.3) Communication Access to the procurement documents is restricted. Further information can be obtained at: www.ccfe.ac.uk/TenderDocs.aspx?DocName=T-RHH021-18_RHS_PQQ_launch.zip Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted to the abovementioned address I.4) Type of the contracting authority Body governed by public law I.5) Main activity Other activity: Fusion research Section II: Object
II.1) Scope of the procurement II.1.1) Title: The design, manufacture, delivery, installation and commissioning of ESS Remote Handling System
Reference number: T/RHH021/18 II.1.2) Main CPV code 42997300 II.1.3) Type of contract Works II.1.4) Short description: The design, manufacture, delivery, installation and commissioning of ESS Remote Handling System.
The requirement includes design, manufacture, delivery, installation and commissioning (including all required testing, verification and documentation) of the following:
Remotely operated Dexterous Manipulator(s) that can undertake a series of manipulation tasks.
1 or more remotely operated Hoist(s).
The equipment necessary to deploy the dexterous manipulation and hoist(s) at various locations around the Active Cells.
Aspects of the electrical and control systems required for the above equipment.
II.1.5) Estimated total value Value excluding VAT: 6 000 000.00 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) 42410000 42418500 II.2.3) Place of performance NUTS code: SE22 Main site or place of performance: Lund, Sweden.
II.2.4) Description of the procurement: The European Spallation Source (ESS) is a new build scientific research facility that is currently under construction to the North East of Lund, Sweden. This facility includes the Active Cells, for which the United Kingdom Atomic Energy Authority are undertaking delivery of an integrated, remotely operated handling and processing capability — part of which is the Robotic Handling System. Delivery of the Robotic Handling System is the basis for the Requirement of this procurement.
The Scope of Works is to provide a Robotic Handling System to carry out manipulation and lifting tasks within the ESS Active Cells. This System may consist of multiple interacting machines and can be deployed from crane rails and through wall penetrations as required. There is discretionary scope to provide additional supporting tooling and machinery.
The requirement includes design, manufacture, delivery, installation and commissioning (including all required testing, verification and documentation) of the following:
Remotely operated Dexterous Manipulator(s) that can undertake a series of manipulation tasks, such as maintenance of other equipment inside the Active Cells, cleaning actives and attaching lifting adaptors.
1 or more remotely operated Hoist(s). Depending on the location within the Active Cells, the required hoist Safe Working Load requirements vary between 2t and 25t.
The equipment necessary to deploy the dexterous manipulation and hoist(s) at various locations around the Active Cells.
Aspects of the electrical and control systems required for the above equipment.
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: 6 000 000.00 GBP II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 01/01/2019 End: 31/12/2021 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: 7 Objective criteria for choosing the limited number of candidates: Candidates will be evaluated against a set of selection criteria set out in the PQQ to assess:
— whether the Candidate shall be treated as ineligible to bid as a result of having been convicted of any prescribed offences or for any other prescribed reason,
— whether the Candidate meets the minimum requirements of economic and financial standing,
— whether the Candidate meets the minimum requirements of health and safety, environmental and quality, ethics and equality criteria,
— whether the Candidate meets the minimum standards of technical or professional ability in order to undertake the requirements of the Procurement, and,
— in accordance with the provisions of Regulations 57 and 58 of the PCR, as appropriate and relevant.
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 documents must be in English or with an English translation provided free of charge to UKAEA.
Prices may be stated in tenderer's local currency and the contract(s) will be let in the tendered currency GBP. The United Kingdom Atomic Energy Authority reserve the right not to award a contract. The costs of tendering shall be the responsibility of tenderers.
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 List and brief description of conditions: Refer to the Pre-Qualification Questionnaire T/RHH021/18 PQQ.
III.1.2) Economic and financial standing Selection criteria as stated in the procurement documents III.1.3) Technical and professional ability Selection criteria as stated in the procurement documents III.1.5) Information about reserved contracts III.2) Conditions related to the contract III.2.2) Contract performance conditions: Parent company guarantees may be required at UKAEA's discretion.
In the event of a group of contractors submitting an acceptable offer, at UKAEA's discretion it may be necessary for the successful group to provide an undertaking that each company or firm will be jointly and severally responsible for the due performance of the contract.
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 Competitive procedure with negotiation 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 Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated IV.1.5) Information about negotiation The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations 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: 06/08/2018 Local time: 12:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 05/09/2018 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: 6 (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 VI.3) Additional information: The limit on the number of operators who will be invited to tender or to participate is 7, subject to the tie-breaker set out in the Pre-Qualification Questionnaire.
Negotiation will take place in successive stages in order to reduce the number of tenders to be negotiated by applying the award criteria specified in the Invitation to Negotiate.
The estimated total contract value represents the lower bound of the range UKAEA has estimated. The upper bound is 8 000 000 GBP.
VI.4) Procedures for review VI.4.1) Review body United Kingdom Atomic Energy Authority Culham Science Centre Abingdon OX14 3DB United Kingdom VI.4.2) Body responsible for mediation procedures VI.4.3) Review procedure Precise information on deadline(s) for review procedures: The Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers.
This period allows unsuccessful tenderers to seek further debriefing from the Authority before a 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 within a minimum of 3 working days before the expiry of the standstill period.
Such additional information should be sought from the contact named in this notice.
If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 (SI 2015 Nº 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Any such action must be brought promptly (generally within 3 months).
VI.4.4) Service from which information about the review procedure may be obtained VI.5) Date of dispatch of this notice: 24/05/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|