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

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.