|
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
Technical testing, analysis and consultancy services [ukri asic (application specific integrated circuits) qualification packaging and test for stfc - a few samples are to be radiation tested etc]
UK
Purchaser: UK Research and Innovation
21/12/2018 S246 - - Services - Contract notice - Open procedure I.II.III.IV.VI. United Kingdom-Swindon: Technical testing, analysis and consultancy services
2018/S 246-564487
Contract notice
Services
Legal Basis:
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses UK Research and Innovation Polaris House, North Star Avenue Swindon SN2 1FF United Kingdom E-mail: majorprojects@uksbs.co.uk NUTS code: UKK14 Internet address(es):
Main address: https://www.ukri.org/
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 Ltd Polaris House, North Star Avenue Swindon SN2 1FF 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: Science Research and Innovation Section II: Object
II.1) Scope of the procurement II.1.1) Title: UK SBS PR18171 - UKRI ASIC Qualification Packaging and Test for STFC
Reference number: UK SBS PR18171 II.1.2) Main CPV code 71600000 II.1.3) Type of contract Services II.1.4) Short description: This procurement is for the packaging and space-qualification of chips for two Application Specific Integrated Circuits (ASICs): a Correlated Double Sampling/Analogue-to-Digital Converter (CDS/ADC), and a Digital-to-Analogue Coverter (DAC). The objectives of the activity are to package the CDS/ADC and DAC ASIC die, qualification, electrical test, and performance characterisation to produce space-qualified ASIC chips. A few samples are to be radiation tested to confirm their suitability for use and operation in space.
II.1.5) Estimated total value Value excluding VAT: 300 000.00 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 Main site or place of performance: UK Research and Innovation, Rutherford Appleton Laboratory, Harwell Oxford, OX11 0QX, United Kingdom.
II.2.4) Description of the procurement: This procurement is for the packaging and space-qualification of chips for two Application Specific Integrated Circuits (ASICs): a Correlated Double Sampling/Analogue-to-Digital Converter (CDS/ADC), and a Digital-to-Analogue Coverter (DAC). The objectives of the activity are to package the CDS/ADC and DAC ASIC die, qualification, electrical test, and performance characterisation to produce space-qualified ASIC chips. A few samples are to be radiation tested to confirm their suitability for use and operation in space.
There is now a requirement to package, test and space-qualify a new batch of ASIC die (i.e. the individual silicon chips) for all future programmes. This work is business-critical, and the long-lead nature of this procurement requires the process to commence now.
The objectives of this activity are to package the CDS/ADC and DAC ASIC die, perform qualification, electrical testing, performance characterisation, and radiation evaluation in order to fully space-qualify the ASICs. For both the CDS/ADC and DAC ASICs, the work to be performed is summarised in the full tender documentation.
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 of 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 e-mail 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: 0345010 3503
Email: eenablement@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.
II.2.5) Award criteria Criteria below Quality criterion - Name: Quality / Weighting: 70 Price - Weighting: 30 II.2.6) Estimated value Value excluding VAT: 300 000.00 GBP II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 18 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: 14/02/2019 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 Duration in months: 3 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 14/02/2019 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: VI.4) Procedures for review VI.4.1) Review body UK Shared Business Services Ltd Polaris House, North Star Avenue Swindon SN2 1FF United Kingdom E-mail: policy@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 North Star 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: 18/12/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|