web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Swindon: Parts of electricity distribution or control apparatus

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 066-125009/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 Limited
Polaris House, North Star Avenue
Swindon
Postal code: SN2 1FF
United Kingdom
For the attention of: Allan Norman
Phone: +44 1793867417
Email: allan.norman@uksbs.co.uk
Internet Address(es):
General address of the contracting authority:
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: The above mentioned contact point(s)
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
Science and Technology Facilities Council
Daresbury
Warrington
Postal code: WA4 4AD
United Kingdom

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
UKSBSPR17045 ESS Shutter Switches.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Nuts code: UK
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:
The mandate of the European Spallation Source ERIC is to design, plan, construct, commission, operate and decommission the European Spallation Source (ESS). It is located in Lund, Sweden, co-hosted by Sweden and Denmark and has more than 22 Partner Countries, including the UK. The UK contribution is coordinated by STFC. The facility will deliver its first neutrons in 2019 and is expected to be fully operational by 2025.
The European Spallation Source (ESS) will be one of the largest infrastructures in Europe and will be used for neutron production for materials research. It will use a long pulsed superconducting linac and accelerate a 62.5 mA proton beam current to the energy of 2000 MeV. Peak beam power to the target will be 125 MW, 7 times more than the highest power existing facility.
STFC are providing a number of goods and services on behalf of the ESS. This tender is for the procurement of shutter switches for the RF distribution system (RFDS) for the cold linac (for the Spoke and Medium Beta (MB) elliptical cavities).
All the components shall follow EIA standards, unless specified. Insulating materials shall be self-extinguishing and not release any toxic or corrosive products when subjected to fire.
All the components shall operate in pulsed mode with high reliability for at least 20 years and shall be able to withstand frequent stoppages without affecting performance and reliability.
The Shutter Switches and their flanges are to be made of aluminium alloy. Aluminium 6061-T6 alloy (ISO Al Mg Si Cu) or equivalent is recommended by ESS. The following alloys are acceptable: 6061-T6, 6082-T6, etc.
II.1.6) Common procurement vocabulary (CPV): 31230000, 31210000
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:
The mandate of the European Spallation Source ERIC is to design, plan, construct, commission, operate and decommission the European Spallation Source (ESS). It is located in Lund, Sweden, co-hosted by Sweden and Denmark and has more than 22 Partner Countries, including the UK. The UK contribution is coordinated by STFC. The facility will deliver its first neutrons in 2019 and is expected to be fully operational by 2025.
The European Spallation Source (ESS) will be one of the largest infrastructures in Europe and will be used for neutron production for materials research. It will use a long pulsed superconducting linac and accelerate a 62.5 mA proton beam current to the energy of 2000 MeV. Peak beam power to the target will be 125 MW, 7 times more than the highest power existing facility.
STFC are providing a number of goods and services on behalf of the ESS. This tender is for the procurement of shutter switches for the RF distribution system (RFDS) for the cold linac (for the Spoke and Medium Beta (MB) elliptical cavities).
All the components shall follow EIA standards, unless specified. Insulating materials shall be self-extinguishing and not release any toxic or corrosive products when subjected to fire.
All the components shall operate in pulsed mode with high reliability for at least 20 years and shall be able to withstand frequent stoppages without affecting performance and reliability.
The Shutter Switches and their flanges are to be made of aluminium alloy. Aluminium 6061-T6 alloy (ISO Al Mg Si Cu) or equivalent is recommended by ESS. The following alloys are acceptable: 6061-T6, 6082-T6, etc.
Estimated value excluding VAT:
Range: between 450 000 and 900 000 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: 36 (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 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 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 ‘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 suffcient 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 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 oppertunity.
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: eenablement@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 documements
The Contracting Authority may have regard to any of the following means in its assessment:
(a) a list of the works carried out over the past five years or goods and services carried out in the past three years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: — where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, — where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the Bidder or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
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:
UKSBSPR17045
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:16.05.2017 – 14:00
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
17.05.2017 – 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:
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: 17.5.2017 – 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
VI.4) Procedures for appeal:
Body responsible for mediation procedures:
UKSBS Policy
Polaris House, North Star Avenue
Swindon
Postal code: SN2 1FF
United Kingdom
VI.4.3) Service from which information about the lodging of appeals may be obtained:
UK Shared Business Services Limited
North Star House
Swindon
Postal code: SN21FF
United Kingdom
Email: policy@uksbs.co.uk
Internet address: www.uksbs.co.uk
VI.5) Date of dispatch of this notice:
31.03.2017