|
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
Electrical machinery, apparatus, equipment and consumables; lighting [ukri single crystal diffractometer for stfc]
UK
Purchaser: UK Research and Innovation
12/06/2018 S110 - - Supplies - Contract notice - Open procedure I.II.III.IV.VI. United Kingdom-Swindon: Electrical machinery, apparatus, equipment and consumables; lighting
2018/S 110-249903
Contract notice
Supplies
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses UK Research and Innovation Polaris House, North Star Avenue Swindon SN2 1SZ United Kingdom E-mail: majorprojects@uksbs.co.uk NUTS code: UKK14 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 Polaris House, North Star Avenue Swindon SN2 1 FF 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 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: Scientific Research and Innovation Section II: Object
II.1) Scope of the procurement II.1.1) Title: UK SBS PR18018 - UKRI Single Crystal Diffractometer for STFC
Reference number: UK SBS PR18018 II.1.2) Main CPV code 31000000 II.1.3) Type of contract Supplies II.1.4) Short description: UK research and innovation is a world-leading multidisciplinary science organisation, whose goal is to deliver economic, societal, scientific and international benefits to the UK and its people - and ore broadly to the world. UKRI through it's component council, the Science and Technology Facilities Council (STFC) requires a single crystal diffractometer to replace the current system in the ISIS R53 materials characterisation laboratory (R53-MCL).
This contract is for a single integrated requirement and not suitable for splitting in to lots.
II.1.5) Estimated total value Value excluding VAT: 650 000.00 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 II.2.4) Description of the procurement: The ISIS facility is a world-leading centre for research in the physical and life sciences at the STFC Rutherford Appleton Laboratory (RAL) near Oxford in the United Kingdom. The suite of neutron and muon instruments gives unique insights into the properties of materials on the atomic scale. The facility supports a national and international community of more than 3 000 scientists for research into subjects ranging from clean energy and the environment, pharmaceuticals and health care, through to nanotechnology and materials engineering, catalysis and polymers, and on to fundamental studies of materials. ISIS produces beams of neutrons and muons that allow scientists to study materials at the atomic level using a suite of instruments, often described as “super-microscopes”.
It does this through a diverse suite of neutron beamlines. Each beamline is dedicated to a particular neutrons catering technique. This requirement is for a replacement single crystal diffractometer to replace the current system in the ISIS R53 Materials Characterisation Laboratory (R53-MCL) This system was procured well over 15 years ago and has subsequently become unreliable and slow and can no longer meet the demands placed upon it in the running of the R53-MCL to support the running of the ISIS facility.
II.2.5) Award criteria Criteria below Quality criterion - Name: Quality / Weighting: 75 Price - Weighting: 25 II.2.6) Estimated value Value excluding VAT: 650 000.00 GBP II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 14/08/2018 End: 07/03/2019 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: 18/07/2018 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 IV.2.7) Conditions for opening of tenders Date: 18/07/2018 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 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 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. 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 some time 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: enablement@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 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 Polaris 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: 08/06/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|