英國採購案 - United Kingdom-Harwell: Laboratory, optical and precision equipments
- 標題:United Kingdom-Harwell: Laboratory, optical and precision equipments
- 採購機關名稱:Science & Technology Facilities Council
- 國別:英國
- 類別:儀器
- 採購產品說明:Cryogenic Supply Systems
- 標案號碼:2017/S 178-364128
- 資金來源:Science & Technology Facilities Council
- 合約型式:Supply Contract
- 截標日期:31/10/2017 14:00
- 開標日期:31/10/2017 14:00
- 標案金額:Value excluding VAT: 1 100 000.00 GBP
- 連結網站:http://ted.europa.eu/udl?uri=TED:NOTICE:364128-2017:TEXT:EN:HTML&src=0
- 聯絡人資料:
Science & Technology Facilities Council
Rutherford Appleton Laboratory
Harwell
OX11 0QX
United Kingdom
Contact person: Jonathan Smith
Telephone: +44 1235446394
E-mail: jonathan.smith@uksbs.co.uk
www.stfc.ac.uk
- 請附上採購詳細內容:
United Kingdom-Harwell: Laboratory, optical and precision equipments (excl. glasses)
2017/S 178-364128
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Science & Technology Facilities Council
Rutherford Appleton Laboratory
Harwell
OX11 0QX
United Kingdom
Contact person: Jonathan Smith
Telephone: +44 1235446394
E-mail: jonathan.smith@uksbs.co.uk
NUTS code: UKJ14
Internet address(es):
Main address: www.stfc.ac.uk
I.2)Joint procurement
I.3)Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://ww.contractsfinder.service.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://gpsesourcing.cabinetoffice.gov.uk/emptoris
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Other activity: scientific research
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
STFC ISIS Cryogenic Supply Systems.
Reference number: UK SBS PR17086
II.1.2)Main CPV code
38000000
II.1.3)Type of contract
Supplies
II.1.4)Short description:
The ISIS pulsed neutron and muon source at the Rutherford Appleton Laboratory in Oxfordshire is a world-leading centre for research in the physical and life sciences. It is owned and operated by the Science and Technology Facilities Council (STFC).
As part of a major sustainability project, the systems which supply Cryogenic methane and Cryogenic Hydrogen to these moderators are to be replaced.
This sourcing exercise is for the procurement of these replacements.
II.1.5)Estimated total value
Value excluding VAT: 1 100 000.00 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: UKJ14
Main site or place of performance:
Rutherford Appleton Laboratory, Harwell Oxford, UK.
II.2.4)Description of the procurement:
Manufacture, supply, installation of systems that supply Cryogenic methane and Cryogenic Hydrogen to the moderators within the ISIS Facility.
Delivery to Rutherford Appleton Laboratory, Harwell Oxford, UK.
To participate in this procurement, participants shall
first be registered on the e-Sourcing Suite.
If Bidders have not yet registered on the e-Sourcing
Suite, this can be done online at
https://gpsesourcing.cabinetoffice.gov.uk/emptoris
by following the above link ‘Supplier e-Sourcing
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/esourcin
g-tool-guidance-for-suppliers
Once you have registered on the e-Sourcing Suite, a
registered user can express an interest for a specific
procurement. This is done by emailing
ExpressionOfInterest@crowncommercial.gov.uk
Your email must clearly state: the name and reference
II.2.5) Award criteria
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.
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 ):
email: eenablement@crowncommercial.gov.uk
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 e-Sourcing 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: 1 100 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 19
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 contract cannot be divided into lots as both systems must be manufactured and procured from the same supplier to ensure compatibility within the Facility.
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: 31/10/2017
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: 31/10/2017
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
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.
UK Shared Business Services Ltd wishes to establish
an agreement for use by the following UK public
sector bodies (and any future successors to these
organisations)
Science & Technology Facilities Council (STFC)
UK Shared Business Services Ltd are able to accept
unstructured electronic invoicing.
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: policy@uksbs.co.uk
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: policy@uksbs.co.uk
Internet address:www.uksbs.co.uk
VI.5)Date of dispatch of this notice:
14/09/2017