UK-Swindon: Lasers.

UK-Swindon: Lasers.
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
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: 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:-Lasers./QUR88D8346
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 PR20022 10J Laser Diode System
Reference Number: UKSBS PR20022
II.1.2) Main CPV Code:
38636100 - Lasers.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Proposals are sought by UKRI for the supply of a laser diode pump system for use in a high energy laser amplifier system as part of the Extreme Photonics and Applications centre (EPAC) Project.

The tender documentation describes the technical specification for this tender to provide a laser diode pump system that will be used to pump an ytterbium:YAG laser amplifier providing pulses with an energy of up to 10 J. This will form part of a larger laser chain, the output of which will be 150 J at 10 Hz.
II.1.5) Estimated total value:
Value excluding VAT: 720,000
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 Science & 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.

Building work is currently underway at UKRI’s Rutherford Appleton Laboratory (RAL) site for the EPAC facility. EPAC will be applied to short pulse high power applications with its 10 Hertz Petawatt Laser. EPAC will provide a step-change in capabilities for laser-driven accelerator research in the UK, enabling a plasma wakefield accelerator facility with multi-GeV electron beams and spatially coherent x-ray and gamma-ray beams for cutting edge experiments in plasma physics, laboratory astrophysics and condensed matter and material science. EPAC will bring together world-leading interdisciplinary expertise to develop and apply novel, laser based, non-conventional accelerators and particle sources which have unique properties.

Proposals are sought by the Science and Technology Facilities Council (UKRI) for the supply of a laser diode pump system for use in a high energy laser amplifier system as part of the Extreme Photonics and Applications centre (EPAC) Project.

The technical document describes the technical specification for this tender to provide a laser diode pump system that will be used to pump an ytterbium:YAG laser amplifier providing pulses with an energy of up to 10 J. This will form part of a larger laser chain, the output of which will be 150 J at 10 Hz.

One laser diode pump system, comprising two laser diode sources, will be delivered, whose optical pulses fulfil the requirements listed below. Unless otherwise stated, parameters, such as output power, apply per source. There is also inclusion of an option to purchase up to a further two systems within 4 years of contract commencement.

The Contracting 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). Price evaluation will be conducted in GBP.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 720,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 12
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: Yes
Description of options: There is inclusion of an option to purchase up to a further two systems within 4 years of contract commencement.
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: 27/08/2020 Time: 14:00

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: 27/08/2020
Time: 14:00


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:-Lasers./QUR88D8346

To respond to this opportunity, please click here:
https://uksbs.delta-esourcing.com/respond/QUR88D8346
VI.4) Procedures for review
VI.4.1) Review body:
UK Shared Business Services
Polaris House, North Star Avenue, Swindon, SN2 1FF, United Kingdom
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 20/07/2020

Annex A