UK-SWINDON: Lifting and handling equipment and parts.

UK-SWINDON: Lifting and handling equipment and parts.
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: 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:-Lifting-and-handling-equipment-and-parts./9MN7U7W3WA
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 PR19075 NSTF Mass Properties Test Equipment
Reference Number: UK SBS PR19075
II.1.2) Main CPV Code:
42400000 - Lifting and handling equipment and parts.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: This requirement is for the design, manufacture and installation of the Mass Properties Testing Equipment to be used to measure the mass properties of a satellite, satellite dispenser or subsystem at The National Satellite Test Facility (NSTF) which is currently under construction at Rutherford Appleton Laboratory(RAL),full details of which are contained in the UK SBS PR19075 Specification document (and any other associated documentation).All attachments can be found with the Document Uploads tab within the Delta eSourcing Portal. To register on the Delta eSourcing portal please use the link https://uksbs.delta-esourcing.com and follow the instructions to register. If you are already registered on the Delta eSourcing Portal and wish to participate in this procurement, please use the link: https://uksbs.delta-esourcing.com and the follow the instructions to 'Login' Once you are logged in you will be able to link yourself into this procurement using the Access Code: 9MN7U7W3WA
II.1.5) Estimated total value:
Value excluding VAT: 1,800,000
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: This requirement is for the design, manufacture and installation of the Mass Properties Testing Equipment to be used to measure the mass properties of a satellite, satellite dispenser or subsystem at The National Satellite Test Facility (NSTF) which is currently under construction at Rutherford Appleton Laboratory (RAL), full details of which are contained in the UK SBS PR19075 Specification document (and any other associated documentation).

The NSTF is a new facility for the environmental testing of complete satellites and large sub-assemblies. It is being funded by the UK Government, developed and operated by Rutherford Appleton Laboratory(RAL) Space, and will provide comprehensive space AIV/AIT facilities for both new and existing space companies.

The NSTF layout consists of an air lock for loading and unloading, leading to a Main Area (central corridor) with the following facilities arranged off of it: Two clean rooms, Large Space Test (thermal vacuum) Chamber (LSTC), combined Electromagnetic Compatibility chamber (EMC) and Antenna measurement system (AMS), vibration and direct field acoustic test facility, and a mass properties area.

RAL Space requires an equipment to measure the mass properties of a satellite, satellite dispenser or subsystem (referred to as the Instrument Under Test (IUT)). A typical satellite structure comprises lightweight carbon fibre and aluminium honeycomb elements supporting fuel tanks, payload and propulsion systems. A large volume of air will be enclosed within this structure whilst under test.

•Instrument Under Test (IUT) shall have a maximum height of 9.25m above the test interface. (An adaptor height of 0.75m is assumed.)

•The equipment shall be capable of supporting and measuring a maximum mass IUT:
Total Mass including adaptor 6000kg
Centre of gravity height above interface plane 4000mm
Centre of gravity offset ±60mm in Y and Z

All attachments can be found with the Document Uploads tab within the Delta eSourcing Portal. How to Apply UK Shared Business Services Ltd (UK SBS) will be using the Delta eSourcing Portal for this procurement. To register on the Delta eSourcing portal please use the link https://uksbs.delta-esourcing.com and follow the instructions to register. If you are already registered on the Delta eSourcing Portal and wish to participate in this procurement, please use the link: https://uksbs.delta-esourcing.com and the follow the instructions to 'Login' Once you are logged into the system you will be able to link yourself into this procurement using the Access Code: 9MN7U7W3WA
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: 1,800,000
Currency: 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
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: The minimum scope of the contract is for the Configuration MP23 as detailed in UK SBS PR19075 Specification.
Contracting Authority considers of purchasing the following options :
Desirable Option 1 : Configuration MP24
Center of Gravity : 3 axesMoments of Inertia : 3axesProducts of Inertia : ---

Desirable Option 2 : Configuration MP25
Center of Gravity : 3 axesMoments of Inertia : 3 axesProducts of Inertia : 3 axes

The estimated value is £800K - £1.2M for the core requirement, Configuration MP23.
Including the options for an upgrade to Configuration MP24 and MP25, the estimated total value of the Opportunity is up to £1.8M. Contracting Authority would not accept Bids inclusive of the upgrade options above £1.8M.
All above values are ex-VAT.
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: All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts). All attachments can be found with the Document Uploads tab within the Delta eSourcing Portal. UK SBS will be using the Delta eSourcing Portal for this procurement.


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: 24/08/2020 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: 24/08/2020
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://www.delta-esourcing.com/tenders/UK-UK-SWINDON:-Lifting-and-handling-equipment-and-parts./9MN7U7W3WA
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9MN7U7W3WA
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://uksbs.delta-esourcing.com/tenders/UK-UK-SWINDON:-Lifting-and-handling-equipment-and-parts./9MN7U7W3WA

To respond to this opportunity, please click here:
https://uksbs.delta-esourcing.com/respond/9MN7U7W3WA
VI.4) Procedures for review
VI.4.1) Review body:
UK Shared Business Services
Polaris House, North Star Avenue, Swindon, SN2 1FF, United Kingdom
Tel. +44 1793867005, 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: 30/06/2020

Annex A