UK-Swindon: Electric motors, generators and transformers.

UK-Swindon: Electric motors, generators and transformers.
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 1793867000, Email: majorprojects@uksbs.co.uk
Contact: Major Projects
Main Address: 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: Yes.
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:-Electric-motors%2C-generators-and-transformers./3G94E6654B
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: UK SBS PR19087 DC POWER SUPPLIES FOR RIKEN UPGRADE
Reference Number: UK SBS PR19087
II.1.2) Main CPV Code:
31100000 - Electric motors, generators and transformers.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: This requirement is concerned with the design, manufacture, testing, documentation, and delivery of DC Power Supplies for RIKEN Beamline Upgrade for the use at the ISIS Facility at STFC RAL, full details of which are contained in the UK SBS PR19087 Specification document (and any other associated documentation).
II.1.5) Estimated total value:
Value excluding VAT: 1,200,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
31643000 - Particle accelerators.

II.2.3) Place of performance:
UKJ14 Oxfordshire

II.2.4) Description of procurement: This requirement is concerned with the design, manufacture, testing, documentation, and delivery of DC Power Supplies for RIKEN Beamline Upgrade for the use at the ISIS Facility at STFC RAL, full details of which are contained in the UK SBS PR19087 Specification document (and any other associated documentation).

The ISIS Facility at STFC Rutherford Appleton Laboratory(RAL) is the world’s most productive pulsed neutron source. In addition to producing neutrons, ISIS is also the world's most intense source of pulsed muons for studies in materials science. These Muons are delivered to the individual experimentation areas by means of an evacuated beam pipe leading from the intermediate target. The Muon beam is bent and kept centrally located by means of bending dipole magnets and quadrupole magnets. Helmholz coils are then used in the experimental areas. DC power supplies are used for energising the quadrupole magnets, bending magnets and Helmholz coils (both longitudinal and transverse), installed on the Riken beamline which forms part of the ISIS facility.

The Riken experimental beamline was constructed in the early 1990’s. Many of its components date from the original construction and whilst have proven reliable are now overdue for replacement or refurbishment. The DC power supplies need to be replaced with modern efficient units which can be maintained easily and use current componentry. This will enable the beamline to operate with greater stability and repeatability and thus enhance the facility.

The requirement consists of procuring four main types of Power Supplies named as Quadrupoles, Argus, Chronus and RB2 to replace all obsolete power supplies in RIKEN beamline. The minimum number of units to be procured is 20 units with an option of procuring additional 12 Quadrupoles making the total 32 units.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 1,200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 15
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: To respond to this opportunity please click here: http://uksbs.delta-esourcing.com/respond/3G94E6654B


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: 11/12/2019 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: 11/12/2019
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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:-Electric-motors%2C-generators-and-transformers./3G94E6654B

To respond to this opportunity, please click here:
https://uksbs.delta-esourcing.com/respond/3G94E6654B
VI.4) Procedures for review
VI.4.1) Review body:
UK Shared Business Services Ltd
Polaris House, Swindon, SN2 1FL, United Kingdom
Tel. +44 1793867000, Email: policy@uksbs.co.uk
Internet address: www.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 Business Services Ltd
Polaris House, Swindon, SN2 1FL, United Kingdom
Tel. +44 1793867000, Email: policy@uksbs.co.uk
Internet address: www.uksbs.co.uk
VI.5) Date Of Dispatch Of This Notice: 30/10/2019

Annex A