|
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
Particle accelerators [timing system]
Germany
Purchaser: Helmholtz-Zentrum Dresden-Rossendorf e.V.
15/09/2018 S178 - - Supplies - Contract notice - Competitive procedure with negotiation I.II.III.IV.VI. Germany-Dresden: Particle accelerators
2018/S 178-402840
Contract notice
Supplies
Legal Basis:
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses Helmholtz-Zentrum Dresden-Rossendorf e.V. Bautzner Landstrasse 400 Dresden 01328 Germany Contact person: Abteilung Vergabe- und Beschaffungswesen E-mail: vergabe@hzdr.de Fax: +49 3512603166 NUTS code: DED21 Internet address(es):
Main address: http://www.hzdr.de
I.2) Information about joint procurement I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.hzdr.de/VOL_EUVV1803 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 Other type: Research Center I.5) Main activity Other activity: Research Section II: Object
II.1) Scope of the procurement II.1.1) Title: Timing System
Reference number: EUVV1803 II.1.2) Main CPV code 31643000 II.1.3) Type of contract Supplies II.1.4) Short description: The electron linear accelerator ELBE consists of 2 electron injectors and multiple user beamlines that can be partly operated in parallel. An important sub-system of the machine is the timing signal generation and distribution which controls electron bunch emission, beamline diagnostic and user experiments on the picosecond timing level. The system needs to be capable for continuous operation which demands a technology readiness level of TRL-8 (“System completed and qualified through test and demonstration”). This call aims for the development, integration and commissioning of a timing system at the ELBE center for high-power radiation sources. The system should contain of a central timing master unit which has interfaces to the ELBE control system and machine protection system. The ELBE control system is based on Siemens PLCs and uses WinCC v7.3 for visualization.
II.1.5) Estimated total value 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: DED2 II.2.4) Description of the procurement: The timing master has to generate flexible timing signals that are variable in frequency, duty cycle, delay and number of cycles. Logical combinations of timing signals should be used to derive advanced trigger output signals. Minimum 10 receiver stations need to be connected to the timing master via electrically isolated links. The receiver stations must generate user defined pulse patterns on a scalable number of physical outputs (electrical and optical) based on the timing master configuration. The system must be maintainable and extendable by the machine staff in terms of number of receiver stations, physical outputs, timing signals and their configuration.
— Minimum Hardware requirement:
— max. trigger rate: 26 MHz,
— delay step size: 200 ps,
— pulse duration step size: 200 ps,
— min. delay range / minimum signal period: 300 s,
— max. trigger jitter [1 Hz, half trigger frequency] for best performing output type: < 30 ps RMS,
— reference clock frequency: 1300 SRF-Accelator; 13 MHz master oscillator,
— resynchronization frequency (parameter set/update, counter/divider reset): 10 Hz (Draco), 1 Hz (Penelope),
— different Output Logic Level: TTL, (LV)PECL,
— minimum number of timing client stations: 10,
— minimum number of different independent output signals per Client: 10,
— minimum software requirement.
All the sources of the development that are needed to maintain, extend or modify the system, in particular hardware design files, firmware sources and software program code, must be provided to the purchaser. The development must be documented in an appropriate manner for the different system components like program code comments, block diagrams, component lists and functional descriptions.
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 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 24 This contract is subject to renewal: no II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: yes Description of options: Used Hardware components as spare part.
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 List and brief description of conditions: Declaration about the registration within a professional or trade register as prescribed by the legal provisions of the state where the bidder is based.
Declaration regarding the exclusion criteria specified in Sections 123, 124 GWB.
III.1.2) Economic and financial standing List and brief description of selection criteria: Declaration regarding the total turnover of the company and turnover with respect to the special type of task, the subject-matter of the award procedure, relating in each case to the last 3 business years.
Minimum level(s) of standards possibly required: Minimum sales of special task type per year ≥ 1 000 000 EUR
III.1.3) Technical and professional ability List and brief description of selection criteria: Specification of work performed in the last 5 years.
Minimum level(s) of standards possibly required: ≥ 3 References comparable with the tendered task in their nature and scope. Each reference have to include all the following specifications:
a) the application should be in the field of particle accelerators (Linac, Synchrotron, Medical accelerator and similar);
b) the number of client receiver stations should be at least 8;
c) the reference implementation has high demands on the availability of the timing system (24/7 operation) and is operated routinely; and
d) must not be a demonstrator setup.
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 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 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: 16/10/2018 Local time: 14:00 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 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: VI.4) Procedures for review VI.4.1) Review body Vergabekammer des Bundes Villemomblerstr 76 Bonn 53123 Germany Telephone: +49 2289499-0 Fax: +49 2289499-163 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 Vergabekammer des Bundes Villemomblerstr 76 Bonn 53123 Germany Telephone: +49 2289499-0 Fax: +49 2289499-163 VI.5) Date of dispatch of this notice: 13/09/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|