|
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
Miscellaneous general and special-purpose machinery [mechanical testing rigs for k11 and i12 - design/supply/install]
UK
Purchaser: Diamond Light Source Ltd
15/11/2018 S220 - - Supplies - Contract notice - Open procedure I.II.III.IV.VI. United Kingdom-Didcot: Miscellaneous general and special-purpose machinery
2018/S 220-503098
Contract notice
Supplies
Legal Basis:
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses Diamond Light Source Ltd Diamond House, Harwell Science and Innovation Campus Didcot OX11 0DE United Kingdom Contact person: Sue Blake Telephone: +44 1235778167 E-mail: procurement@diamond.ac.uk NUTS code: UKJ14 Internet address(es):
Main address: https://tenders.diamond.ac.uk/Home.aspx
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://tenders.diamond.ac.uk/Home.aspx 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: Scientific Research Facility Section II: Object
II.1) Scope of the procurement II.1.1) Title: Mechanical Testing Rigs for K11 and I12
Reference number: DLSITT0403 II.1.2) Main CPV code 42900000 II.1.3) Type of contract Supplies II.1.4) Short description: The scope of the contract is to design, manufacture, supply, deliver, install and commission two mechanical test rigs for Beamline K11 and Beamline I12.
II.1.5) Estimated total value Value excluding VAT: 1 000 200.00 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: Diamond Light Source Ltd
II.2.4) Description of the procurement: These test rigs will comprise of the following:
(a) a test rig including two rotation stages and an actuation system to allow compressive or tensile loads to be applied to the sample;
(b) a closed loop controls system;
(c) a suitable interface allowing software integration of the supplied system into the beamline’s control system;
(d) one or more Load cells suitable for the rated load of the rig, see section 3.6 of the technical specification;
(e) mechanical and electrical interfaces;
(f) motion system to allow centring of the sample on beam height;
(g) all software source code (with comments) if Delta Tau motion control solution is used.
Not included in the scope of delivery:
(a) any sample environments;
(b) strain gauge;
(c) extensometer;
(d) a graphical user interface.
We understand that the requirements for this rig are stringent and make this technically challenging. If some of the technical specifications cannot be met then this should be made clear in the tender return. While it is strongly preferred that all technical specifications be achieved or exceeded, proposals that do not meet every technical specification will still be considered.
II.2.5) Award criteria Criteria below Quality criterion - Name: Technical quality / Weighting: 28 Quality criterion - Name: Experience / Weighting: 25 Quality criterion - Name: Commercial / Weighting: 5 Quality criterion - Name: DLS support effort / Weighting: 2 Price - Weighting: 40 II.2.6) Estimated value Value excluding VAT: 1 000 200.00 GBP II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 14 This contract is subject to renewal: no II.2.10) Information about variants Variants will be accepted: yes II.2.11) Information about options Options: yes Description of options: The rig must have a maximum tension/compression force capacity of at least +/- 5 kN.
There are some beamline users who would benefit from a rig that can apply higher loads, up to +/- 10 kN. The +/- 10 kN is an upper limit and rig options that provide greater than +/- 5 kN but less than +/- 10 kN will be considered.
If the supplier could achieve a solution that provides more than +/- 5 kN then this will be welcome. We can consider relaxing the performance specification on rotation speed and translation speed at loads greater than +/- 5 kN, whilst maintaining other requirements to achieve a greater load capacity. Suppliers shall indicate in their tender returns the maximum force capacity of the proposed design, and what compromises on performance are required to achieve this.
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: 18/12/2018 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: 19/12/2018 Local time: 10:00 Place: Diamond Light Source Ltd
Information about authorised persons and opening procedure: Members of the DLS procurement team.
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: If you are interested in this tender opportunity please create an account via the website link below:
http://www.diamond.ac.uk/Home/Procurement/
You will then be issued with a password to enable you to download the tender documents. In order to be considered, your response should arrive no later than midnight on Tuesday 18.12.2018.
VI.4) Procedures for review VI.4.1) Review body Diamond Light Source Ltd Didcot OX11 0DE United Kingdom E-mail: procurement@diamond.ac.uk VI.4.2) Body responsible for mediation procedures VI.4.3) Review procedure Precise information on deadline(s) for review procedures: Diamond Light Source will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. 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).
VI.4.4) Service from which information about the review procedure may be obtained VI.5) Date of dispatch of this notice: 12/11/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|