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

Electron-beam recorders [ukri ess loki neutron guide]
UK and Sweden

Purchaser: UK Research and Innovation

08/12/2018 S237 - - Services - Contract notice - Open procedure
I.II.III.IV.VI.
United Kingdom-Swindon: Electron-beam recorders

2018/S 237-541608

Contract notice

Services

Legal Basis:

Directive 2014/24/EU
Section I: Contracting authority

I.1)
Name and addresses
UK Research and Innovation
Polaris House
Swindon
SN2 1FF
United Kingdom
E-mail: Majorprojects@uksbs.co.uk
NUTS code: UK
Internet address(es):

Main address: http://www.uksbs.co.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/post_login.jsp#/login/loginPage
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: UK Research and Innovation
I.5)
Main activity
Other activity: UK Research and Innovation
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
UK SBS PR18162 UKRI ESS Loki Neutron Guide

II.1.2)
Main CPV code
38341100
II.1.3)
Type of contract
Services
II.1.4)
Short description:
The guide will be installed at the ESS facility. The Loki instrument project is an ISIS in-kind project for the ESS facility involving ESS and UKRI. The guide must meet UKRI and ESS requirements. The supplier will be responsible for designing, manufacturing and delivering the guide, vessels and associated alignment devices for the Loki instrument. The design must be optimized to the requirements outlined in this document and meet UKRI approval. The supplier will also be responsible for installing and aligning the guide sections and vacuum vessels at the ESS site in Lund. As a part of this, the supplier will be responsible for the design and delivery of suitable handling and lifting features and any specialised tooling that is required for alignment and installation. The supplier will be responsible for providing suitable crate packaging to ensure safe transport and storage for the delivery plan outlined in Section 4.3 of the specification.

II.1.5)
Estimated total value
Value excluding VAT: 350 000.00 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: UK
II.2.4)
Description of the procurement:
The guide will be installed at the ESS facility. The Loki instrument project is an ISIS in-kind project for the ESS facility involving ESS and UKRI. The guide must meet UKRI and ESS requirements. The supplier will be responsible for designing, manufacturing and delivering the guide, vessels and associated alignment devices for the Loki instrument. The design must be optimized to the requirements outlined in this document and meet UKRI approval. The Supplier will also be responsible for installing and aligning the guide sections and vacuum vessels at the ESS site in Lund. As a part of this, the supplier will be responsible for the design and delivery of suitable handling and lifting features and any specialised tooling that is required for alignment and installation. The supplier will be responsible for providing suitable crate packaging to ensure safe transport and storage for the delivery plan outlined in Section 4.3 of the specification.

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.2.10)
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.2.1)
Information about a particular profession
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: 16/01/2019
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
Date: 16/01/2019
Local time: 15:00
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:
VI.4)
Procedures for review
VI.4.1)
Review body
UK Shared Business Services Ltd
Polaris House
Swindon
SN2 1FF
United Kingdom
E-mail: Majorprojects@uksbs.co.uk
Internet address: www.uksbs.co.uk

VI.4.2)
Body responsible for mediation procedures
UK Shared Business Services
Polaris House
Swindon
SN2 1FF
United Kingdom
E-mail: Majorprojects@uksbs.co.uk
Internet address: www.uksbs.co.uk

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
Swindon
SN2 1FF
United Kingdom
E-mail: Majorprojects@uksbs.co.uk
Internet address: www.uksbs.co.uk

VI.5)
Date of dispatch of this notice:
06/12/2018


http://ted.europa.eu/, TED database, © European Communities, 1995-2018.