
Market Leads & Opportunities
United Kingdom-Swindon: UK SBS PR17167 — UKRI Printed Circuit Boards Framework, including PCB Component Procurement, Assembly and Testing for STFC
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 098-223101/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 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: UK Research and Innovation
Postal address: Polaris House, North Star Avenue
Town: Swindon
Postal code: SN2 1SZ
Country: United Kingdom
Email: majorprojects@uksbs.co.uk
Internet address(es):
Main address:
I.3) Communication
Access to the procurement documents is restricted.Further information can be obtained at:
another address:Official name: UK Shared Business Services
Postal address: Polaris House, North Star Avenue
Town: Swindon
Postal code: SN2 1 FF
Country: United Kingdom
Email: ExpressionOfInterest@crowncommercial.gov.uk
Internet address(es):
Main address:
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: Scientific Research and Innovation
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: UK SBS PR17167 — UKRI Printed Circuit Boards Framework, including PCB Component Procurement, Assembly and Testing for STFC
Reference number: UK SBS PR17167
II.1.2) Main CPV code: 31711100
II.1.3) Type of contract: Supplies
II.1.4) Short Description: UK Research and Innovation is a world-leading multidisciplinary 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. UKRI through it’s component council, the Science and Technology Facilities Council (STFC) requires a framework agreement with 5 organisations for the kitting and manufacture of printed circuit boards, procurement of components, assembly and testing of the fully assembled PCBs built to STFC design.
II.1.5) Estimated total value:
Value excluding VAT: 2500000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UKJ14
Main site or place of performance:
Rutherford Appleton Laboratory, Harwell, Oxfordshire, UK.
II.2.4) Description of the procurement:
UK Research and Innovation, through it’s component council, the Science and Technology Facilities Council (STFC) requires a framework agreement with 5 organisations for the kitting and manufacture of printed circuit boards, procurement of components, assembly and testing of the fully assembled PCBs built to STFC design. The number of designs on average is 25-35 per.
Annum, with each design requiring from 2 off prototypes 100 plus production modules, the size of modules could vary from small custom to approx. 400 mm x 400 mm. The tender documents include the typical technical specification requirements. The purpose of this tender is to identify and award contracts to a maximum of 5 organisations that are specialised in PCB manufacture, component procurement and kitting, assembly and testing. Individual orders under the framework will be awarded following a mini-competition process.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Quality Criterion/Weighting:45
Price – Weighting:55
II.2.6) Estimated value:
Value excluding VAT: 2500000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
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
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:5IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-07-04 Local time: 11:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2018-07-04 Local time: 11:00
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 Research and Innovation wishes to establish an agreement for use by the following UK public sector bodies (and any future successors to these organisations) Core Customers: Associated Bodies The Contract will be open for use by; UK Research and Innovation UK Shared Business Services Ltd are able to accept unstructured electronic invoicing. 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 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 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@crowncommercial.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 VI.4) Procedures for review 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: enablement@crowncommercial.gov.uk
Training support to respond to a requirement is available to bidders at
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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: UK Shared Business Services
Postal address: Polaris House, North Star Avenue
Town: Swindon
Postal code: SN2 1FF
Country: United Kingdom
E-mail: policy@uksbs.co.uk
Internet address: www.uksbs.co.uk
VI.4.4) Service from which information about the review procedure may be obtained
Official name: UK Shared Business Services Ltd
Postal address: Polaris House, North Star Avenue
Town: Swindon
Postal code: SN2 1FF
Country: United Kingdom
E-mail: policy@uksbs.co.uk
Internet address: www.uksbs.co.uk
VI.5) Date of dispatch of this notice:2018-05-23
More Opportunties
- United Kingdom-Paisley: Vehicle and Plant Hire
15 Jun 25
This Prior Information Notice (PIN) is in relation to the renewal framework for the hire of vehicles and plant equipment, available for all 32 council areas in Scotland and Scotland Excel Associate Members. It is anticipated this framework will incorporat> > - United Kingdom-Great Sankey: Powder activated carbon dosing system
15 Jun 25
Supply of 2 Powder activated carbon dosing systems> > - United Kingdom-Gourock: Framework Agreement for the Supply and Delivery of Milk to Nominated Vessels
15 Jun 25
CFL is seeking to award a Framework Agreement to a suitably qualified and experienced Supplier for the supply and delivery of milk to CFL’s Major Vessels.> >