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

This procurement is for the supply of a complete adaptive optics system that will be used to correct the wave-front distortions produced in a 10Hz, 100J laser amplifier.

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
UK Shared Business Services Ltd
Polaris House, North Star Avenue
Swindon
SN2 1FF
United Kingdom
Contact person: Jonathan Smith
Telephone: +44 1235446394
E-mail:
NUTS code: UK

Internet address(es):

Main address: www.uksbs.co.uk

I.2)Joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.contractsfinder.service.gov.uk
Additional information can be obtained from another address:
UK Shared Business Services Ltd
Swindon
United Kingdom
E-mail:
NUTS code: UK

Internet address(es):

Main address: https://gpsesourcing.cabinetoffice.gov.uk/emptoris

Tenders or requests to participate must be submitted electronically via: https://gpsesourcing.cabinetoffice.gov.uk/emptoris
Tenders or requests to participate must be submitted to the following address:
UK Shared Business Services Ltd
Swindon
United Kingdom
E-mail:
NUTS code: UK

Internet address(es):

Main address: https://gpsesourcing.cabinetoffice.gov.uk/emptoris

I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Other activity: public procurement

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

UK SBS PR17055 D100X Adaptive Optic System.

Reference number: PR17055
II.1.2)Main CPV code
38000000
II.1.3)Type of contract
Supplies
II.1.4)Short description:

This procurement is for the supply of a complete adaptive optics system that will be used to correct the wave-front distortions produced in a 10Hz, 100J laser amplifier.

II.1.5)Estimated total value
Value excluding VAT: 170 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:

Rutherford Appleton Laboratory, Harwell Oxford, UK.

II.2.4)Description of the procurement:

This procurement is for the supply of a complete adaptive optics system that will be used to correct the wave-front distortions produced in a 10Hz, 100J laser amplifier.

A complete integrated adaptive optic system is required; the system will consist of a deformable mirror with compatible wave-front sensor and both the control hardware and software.

The entire adaptive optic system will be tested at the Rutherford Appleton Laboratory, UK before being installed and commissioned in the XFEL facility in Hamburg, Germany.

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/emptoris by

following the link ‘Supplier eSourcing Registration’.

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.

Full instructions for registration and use of the system

can be found at

https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

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 and from you in relation to

any specific RFX event.

II.2.5) Award criteria

II.2.6) Estimated value

(for framework agreements or dynamic purchasing systems - estimated total maximum

value for the entire duration of this lot)

II.2.7) Duration of the contract, framework agreement or dynamic purchasing

system

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.2.2.

Responses received outside or concurrently using the eSourcing process will not be accepted or considered further for this opportunity.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 170 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 6
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

This requirement has not been divided into Lots as it is for the purchase of only one, complete, integrated AO system thus there is no appropriate way to split across multiple lots/suppliers.

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
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 23/06/2017
Local time: 14:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 23/06/2017
Local time: 14:00
Place:

Electronically, via web-based portal.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
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 the candidates.

If the Contracting Authority decides to enter into a

Contract with the successful supplier, this does not

mean that there is any guarantee of subsequent

contracts being awarded.

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 review
VI.4.1)Review body
UK Shared Business Services Ltd
Polaris House, North Star Avenue
Swindon
SN2 1FF
United Kingdom
E-mail:

Internet address:www.uksbs.co.uk

VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
UK Shared Business Services Ltd
Polaris House, North Star Avenue
Swindon
SN2 1FF
United Kingdom
E-mail:

Internet address:www.uksbs.co.uk

VI.5)Date of dispatch of this notice:
15/05/2017