web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Swindon: Laboratory, optical and precision equipments (excl. glasses)

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 067-116656/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
UK Shared Business Services Ltd
North Star House, North Star Avenue
Swindon
Postal code: SN2 1FF
United Kingdom
For the attention of: Jonathan Smith
Phone: +44 1235446394
Email: jonathan.smith@uksbs.co.uk
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: Crown Commercial Service
Email: ExpressionOfInterest@crowncommercial.gov.uk
Internet address:

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/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
The Science & Technology Facilities Council
The Rutherford Appleton Laboratory, Harwell
Oxford
Postal code: OX11 0QX
United Kingdom

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
UKSBS PR16037.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: 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 specific contract:
D100X Optics Bundle 4 — Large Aperture Mirrors and Lenses for a High Energy Laser.
Proposals are sought by the Science and Technology Facilities Council (STFC) for the supply of a large aperture optics bundle comprising high-reflectivity (HR) rectangular mirrors and anti-reflection (AR) coated circular lenses.
II.1.6) Common procurement vocabulary (CPV): 38000000, 38600000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The 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:
Science and Technology Facilities Council.
STFC 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.
D100X Optics Bundle 4 — Large Aperture Mirrors and Lenses for a High Energy Laser.
Executive Summary:
Proposals are sought by the Science and Technology Facilities Council (STFC) for the supply of a large aperture optics bundle comprising high-reflectivity (HR) rectangular mirrors and anti-reflection (AR) coated circular lenses.
These will form an integral part of the multi-pass laser amplifier and beam transport for the 100 J amplifier system being built for the D-100X Project.
These optics will be incorporated into the amplifier system that will be operated at room temperature in ambient atmospheric conditions.
The optics will be tested in the system at the Rutherford Appleton Laboratory (RAL) in the UK, before being transported to and commissioned in the European XFEL Facility in Hamburg, Germany.
This document along with the accompanying technical specification sheets and drawings, describes the technical specification for these optics.
The minimum scope of the contract is for manufacture, polishing, coating, optical testing, certification and delivery to RAL.
Please note:
This tender opportunity is identified as ‘Bundle 4’ due to the procurement strategy for the D100X Project dividing the required optics into appropriate groupings for tender. Bundle 4 is the 1st optics bundle to be procured, due to longer lead times and complexity in the specifications. It is anticipated Bundles 1-3 of the optics will be tendered for in the next 2-3 months.
UK Shared Business Services Ltd (UK SBS) brings a commercial attitude to the public sector; helping our customers improve efficiency, generate savings and modernise.
It is our vision to become the leading provider for our customers of shared business services in the UK public sector, continuously reducing cost and improving quality of business services for Government and the public sector.
Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations.
Core services include Procurement, Finance, Human Resources, Payroll, ISS and Property Asset Management all underpinned by our Service Delivery and Contact Centre teams.
UK SBS is a people rather than task focused business. It’s what makes us different to the traditional transactional shared services centre. What is more, being a not-for-profit organisation owned by its customers, UK SBS’ goals are aligned with the public sector and delivering best value for the UK taxpayer.
If UK SBS is procuring the Contract or Framework as a central purchasing body for multiple Customers who are other contracting authorities.
This means that other contracting authorities named in this OJEU Notice may use the Contract or Framework.
Detailed on the UK SBS Ltd website is a list of all organisations, institutes, centres and bodies (Authorised Entities) that may also use any appropriately advertised Contract let by UK Shared Business Services Ltd.
The full list is detailed below.
UK SBS Pan Government list is available at:
Document ‘Customer Profiles’.
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:
Starting 3.6.2016Completion 2.6.2020
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 or framework and any subsequent contracts awarded under the same.
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 1st be registered on the e-Sourcing Suite.
If Bidders have not yet registered on the eSourcing Suite, this can be done online at: 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.
Full instructions for registration and use of the system can be found at:
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement.
This is done by emailing: ExpressionOfInterest@crowncommerical.gov.uk
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.
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) help desk (Not UK SBS Ltd ): Freephone. 0345 010 3503.
email: supplier@crowncommercial.gov.uk
Training support to respond to a requirement is available to bidders at:
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, for procurement values that exceed Regulation 5 (Threshold amounts).
The sourcing documents can be accessed at: using the instructions detailed in III.2.1)
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, for procurement values that exceed Regulation 5 (Threshold amounts).
The sourcing documents can be accessed using the instructions detailed in III.2.1)
Project specific requirements.
The Contracting Authority requires all interested parties to sign a Non-Disclosure Agreement prior to being able to access the sourcing documents.
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 negotiatedNO
IV.2) Award criteria:
IV.2.1) Award criteria:
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/entity:
UKSBS PR16037
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:09.05.2016 – 14:00
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
29.04.2016 – 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:
EN
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: 9.5.2016 – 14:00
Place: Electronically, via web-based portal.
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.
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 will be utilising electronic ordering.
UK Shared Business Services Ltd are able to accept unstructured electronic invoicing.
UK Shared Business Services Ltd will be utilising electronic payment.
VI.4) Procedures for appeal:
VI.4.3) Service from which information about the lodging of appeals may be obtained:
UK Shared Business Services Ltd
North Star House, North Star Way
Swindon
Postal code: SN2 1FF
United Kingdom
Email: policy@uksbs.co.uk
Internet address: www.uksbs.co.uk
VI.5) Date of dispatch of this notice:
01.04.2016