|
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
Laboratory, optical and precision equipments (excl. glasses) [ukri fermi choppers for stfc]
UK
Purchaser: UK Research And Innovation
Website link:
http://www.nuclearmarket.com/proc/msk.cfm?id=78186
21/05/2019 S97 - - Supplies - Contract notice - Open procedure I.II.III.IV.VI. United Kingdom-Swindon: Laboratory, optical and precision equipments (excl. glasses)
2019/S 097-234118
Contract notice
Supplies
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 1FL United Kingdom Contact person: Patrick McLaughlin Telephone: +44 1793867082 E-mail: majorprojects@uksbs.co.uk NUTS code: UKK Internet address(es):
Main address: https://www.ukri.org
Address of the buyer profile: 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 the abovementioned address 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 Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://gpsesourcing.cabinetoffice.gov.uk/emptoris I.4) Type of the contracting authority Body governed by public law I.5) Main activity Other activity: Scientific Research and Innovation Section II: Object
II.1) Scope of the procurement II.1.1) Title: UK SBS PR18099 — UKRI Fermi Choppers for STFC
Reference number: UK SBS PR18099 II.1.2) Main CPV code 38000000 II.1.3) Type of contract Supplies II.1.4) Short description: The Science and Technology Facilities Council (STFC), a component Research Council of UK Research and Innovation (UKRI) wishes to procure Fermi Chopper Systems for use in the ISIS Neutron and Muon Source Facility at the Rutherford Appleton Laboratory, United Kingdom.
The Authority will consider a proposal where the currency for the Contract Payment is other than GBP.
For the purpose of evaluating a tender priced in a foreign currency the conversion rate shall be based on the Bank of England Daily Spot Rate for the bid currency over GBP Sterling. The effective date of the exchange rate for the tender price shall be the Spot Rate at bid opening (the ‘bid deadline’ date).
II.1.5) Estimated total value Value excluding VAT: 2 000 000.00 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: UKK Main site or place of performance: Rutherford Appleton Laboratory, Harwell Oxford, OX11 0QX, UNITED KINGDOM.
II.2.4) Description of the procurement: The Science and Technology Facilities Council (STFC), a component Research Council of UK Research and Innovation (UKRI), is a world-leading multi-disciplinary science organisation, whose goal is to deliver economic, societal, scientific and international benefits to the UK and its people — and more broadly to the world. ISIS Neutron and Muon Source (ISIS) is a world-leading facility for research into science and materials as part of the Rutherford Appleton Laboratory. ISIS hosts hundreds of researchers from across the globe on 37 different neutron and muon instruments. Each instrument is arranged uniquely to study a different scientific aspect or discipline, ranging from fundamental materials study to healthcare applications and clean energy. The ISIS Neutron and Muons Source (ISIS) is looking to replace the existing Fermi chopper systems on three of its direct geometry spectrometer instruments. These systems are vital to the running of most of the direct spectrometry neutron instruments at ISIS. The scope of this procurement is for these three systems, and the contractual option to purchase a fourth if STFC elects to do so.
To participate in this procurement, participants shall first be registered on the e-Sourcing Suite. If bidders have not yet registered on the e-Sourcing Suite, this can be done online at: https://gpsesourcing.cabinetoffice.gov.uk/emptoris by following the above link ‘Supplier e-Sourcing 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 e-Sourcing 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 for 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 email 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):
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 e-Sourcing process will not be accepted or considered further for this opportunity.
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 Value excluding VAT: 2 000 000.00 GBP II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 48 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: yes Description of options: There will be a contractual option for the purchase of one further Fermi Chopper System which can support a minimum of 2 packages. Exercising this option is at the Contracting Authority’s absolute discretion, and it makes no commitment or guarantee to do so.
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 Selection criteria as stated in the procurement documents III.1.3) Technical and professional ability Selection criteria as stated in the procurement documents 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 Notice number in the OJ S: 2018/S 141-322523 IV.2.2) Time limit for receipt of tenders or requests to participate Date: 28/06/2019 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 Duration in months: 3 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 28/06/2019 Local time: 14:00 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: The Contracting Authority (CA) will continue to utilise the Official Journal of the European Union (OJEU) for this procurement if the United Kingdom (UK) is able to gain access to the OJEU.
If, however during this procurement process the UK exits the EU and this does not allow for any transitional arrangements of access aligned to the timings of the procurement, the Contracting Authority will as directed by the UK Governments Cabinet Office (via Crown Commercial Services) utilise the UK Governments own procurement portal to discharge the balance of its statutory obligations associated with this procurement.
The Contracting Authority expressly reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the procurement; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded.
Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of bidders. UK Research and Innovation wishes to establish an agreement for use by the following UK public sector bodies (and any future successors to these organisations) Core Customers: associated bodies: the contract will be open for use by: UK Research and Innovation UK Shared Business Services Ltd are able to accept unstructured electronic invoicing. 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-toolguidancefor-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 for 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 email 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.
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 Internet address: www.uksbs.co.uk
VI.4.2) Body responsible for mediation procedures UK Shared Business Services Ltd Polaris House. North Star Avenue Swindon SN2 1FF United Kingdom E-mail: policy@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. North Star Avenue Swindon SN2 1FL United Kingdom E-mail: policy@uksbs.co.uk Internet address: www.uksbs.co.uk
VI.5) Date of dispatch of this notice: 19/05/2019
http://ted.europa.eu/, TED database, © European Communities, 1995-2019.
|
|