By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

UKSBS PR16080: New ISIS linear accelerator (LINAC) vessel - Tank IV.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

UK Shared Business Services Ltd
Polaris House, North Star Avenue
Contact point(s): Major Projects Procurement
For the attention of: Allan Evett
SN2 1FF Swindon
United Kingdom
Telephone: +44 7917839163
E-mail:

Internet address(es):

General address of the contracting authority: www.uksbs.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: UK Shared Business Services Ltd
E-mail:
Internet address: http://ccs.cabinetoffice.gov.uk/i-am-supplier/respondtender

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Other: public procurement
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Science and Technology Facilities Council
Polaris House, North Star Avenue
SN2 1SZ Swindon

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
UKSBS PR16080: New ISIS linear accelerator (LINAC) vessel - Tank IV.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKJ14

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
A new ISIS Linear accelerator (LINAC) vessel is required to replace the current aged one. Tank IV is the last section of the ISIS normal conducting drift tube linear accelerator. It operates whilst under vacuum. All components will be cleaned and conform to ISIS vacuum specification. The 12m long tank will consist of six 2m long by 1m diameter vessels bolted together.
The new tank will be a direct replacement, as the frequency is dictated by the ISIS machine. For ease of maintenance and safe radiation working levels side hatches will be added to aid drift tube replacement, should the need arise in the future.
The main requirements are:
- The Tank needs to be a direct dimensional copy of the existing tank for the physics to operate correctly.
- The Tank needs to hold a vacuum at pressures of 1x10-7 mbar, with an acceptable leak rate of 1x10-8 mbarl/s.
- A method of aligning the tanks is important, so a rail alignment system will be used.
- The tank will need to be cooled to 1 deg delta T and will operate at max gauge pressure of 3.85 Bar.
- The tank will need surface treatment after manufacture using high conductivity oxygen free copper plating.
- Delivery is required within 12 months of Contract placement.
II.1.6)Common procurement vocabulary (CPV)

31643100, 42610000, 42612000, 42612100, 42612200, 42638000, 45255400, 45262680, 44610000, 31643000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
See II.1.5) Short description of the contract or purchase(s) above.
To register on Emptoris (the e-sourcing portal which the tender will be run on) or to log in please use the following address:

https://gpsesourcing.cabinetoffice.gov.uk/sso/jsp/login.jsp

The tender reference within Emptoris is UK SBS
PR16080.
Estimated value excluding VAT:
Range: between 300 000 and 600 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 12 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Participants will be advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be required if considered appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Bids to be priced in £ GBP.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Any consortium, SPV, Partnership should ideally have a designated lead service provider, all members will have joint and several liability in respect of the obligations and liabilities to any contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The government has set out the need for greater
transparency across its operations to enable the
public to hold public bodies and politicians to account.
This includes commitments relating to public
expenditure, intended to help achieve better value for
money.
Suppliers and those organisations looking to bid for
public sector contracts should be aware that if they
are awarded a new government contract, the resulting
contract will be published. In some circumstances,
limited redactions will be made to some contracts
before they are published in order to comply with
existing regulatory needs and law, plus the protection
of national security.
Suppliers (including SPV's, Consortia and
Partnerships) may be required to clearly demonstrate
recent successful experience in similar projects and
environments.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: 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 by following the link ‘Register for CCS eSourcing’.

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.
Once you have registered on the eSourcing Suite, a registered user can express an interest for a

specific procurement. This is done by emailing

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 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 ): Freephone: 0345 010 3503

email:

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.3.4.
Responses received outside or concurrently using the
eSourcing process will not be accepted or considered
further for this opportunity.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: All submissions will be assessed in accordance with
the Public Contracts Regulations 2015.
The sourcing documents can be accessed at:

https://gpsesourcing.cabinetoffice.gov.uk using the

instructions detailed in III.2.1.
Minimum level(s) of standards possibly required: See RFP documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
All submissions will be assessed in accordance with
the Public Contracts Regulations 2015.
The sourcing documents can be accessed using the
instructions detailed in III.2.1.
Minimum level(s) of standards possibly required:
See RFP documentation.
- evidence of experience of manufacturing ultra-high vacuum vessels of a similar scale to this requirement to demonstrate:
a) capability to manufacture to ISIS/TS/N5/05 or equivalent standards, and
b) capability to manufacture vessel to 12m length.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
UKSBS PR16080
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 18.4.2017 - 14:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.4.2017 - 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 18.4.2017 - 14:00
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
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 any Supplier.
Any expenditure, work or effort undertaken prior to
contract award is accordingly a matter solely for the
commercial judgement of Bidders.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Body responsible for mediation procedures

UK Shared Business Services Ltd
Polaris House, North Star Avenue
SN2 1FF Swindon
United Kingdom
E-mail:
Internet address: www.uksbs.co.uk

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.3.2017