UK-Swindon: Optical instruments.

UK-Swindon: Optical instruments.
Section I: Contracting Authority
I.1) Name and addresses
UK Research and Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 1793867133, Email: majorprojects@uksbs.co.uk
Main Address: https://www.ukri.org/
NUTS Code: UKK14
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Optical-instruments./Q2D9E7PXTZ
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: UKSBS PR19090 Test Facility Optical Windows and Flanges
Reference Number: UKSBS PR19090
II.1.2) Main CPV Code:
38600000 - Optical instruments.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Contracting Authority, UK Research and Innovation (UKRI), have a requirement that shall be delivered to their site at Science and Technology Facilities Council (STFC), Rutherford Appleton Laboratory (RAL) near Oxford.

The requirement is the provision of 4-off ISO-K 500 flanges and 6 completed window assemblies. These are to be delivered specifically to the RAL Space Department for their 5m diameter Thermal Vacuum Chamber.

The windows are divided into two types: 3-off Alignment Windows and 3-off Optical Windows. The specification is for a total of six window assemblies to be manufactured and tested (four windows intended to be used for the test at RAL Space and two spares) and four ISO-K 500 flanges (no spares required). All flanges have a unique window position. The windows must be delivered to RAL Space, installed within the flange and fully tested as outlined within the specification. The spare assemblies must be fully assembled.
II.1.5) Estimated total value:
Value excluding VAT: 300,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ14 Oxfordshire

II.2.4) Description of procurement: The Contracting Authority, UK Research and Innovation (UKRI), have a requirement that shall be delivered to their site at Science and Technology Facilities Council (STFC), Rutherford Appleton Laboratory (RAL) near Oxford.

The requirement is the provision of 4-off ISO-K 500 flanges and 6 completed window assemblies. These are to be delivered specifically to the RAL Space Department for their 5m diameter Thermal Vacuum Chamber.

The windows are divided into two types: 3-off Alignment Windows and 3-off Optical Windows. The specification is for a total of six window assemblies to be manufactured and tested (four windows intended to be used for the test at RAL Space and two spares) and four ISO-K 500 flanges (no spares required). All flanges have a unique window position. The windows must be delivered to RAL Space, installed within the flange and fully tested as outlined within the specification. The spare assemblies must be fully assembled.

Completion of the requirement must be undertaken within 44 weeks, from commencement of contract, however earlier deliver would be of benefit to the Contracting Authority.

Please refer to the specification and tender documents for the full requirement.

All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts). The contracting authority shall utilise the Delta eSourcing Procurement Tool available at https://uksbs.delta-esourcing.com/ to conduct this procurement. All enquiries with respect to problems or functionality within the tool may be submitted to Delta eSourcing on 08452707050.Please utilise the messaging system within the e-sourcing tool at the above link. Please note this is a free self-registration website and this can be done by completing the online questionnaire at https://uksbs.delta-esourcing.com/
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 85

Cost criterion - Name: Price / Weighting: 15

II.2.6) Estimated value:
Value excluding VAT: 300,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in days: 308
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


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
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 20/11/2019 Time: 11:00

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 month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 20/11/2019
Time: 11:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://uksbs.delta-esourcing.com/tenders/UK-UK-Swindon:-Optical-instruments./Q2D9E7PXTZ

To respond to this opportunity, please click here:
https://uksbs.delta-esourcing.com/respond/Q2D9E7PXTZ
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
Tel. +44 179376000, Email: policy@uksbs.co.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
UK Shared Services Ltd
Polaris House, North Star Avenue, Swindon, SN2 1FF, United Kingdom
Tel. +44 179376000, Email: policy@uksbs.co.uk
VI.5) Date Of Dispatch Of This Notice: 14/10/2019

Annex A