Tender

UKRI-3575 Integrated Laser Front-End System for the DiPOLE-S Project

  • UK Research & Innovation

F02: Contract notice

Notice identifier: 2024/S 000-000356

Procurement identifier (OCID): ocds-h6vhtk-042afe

Published 5 January 2024, 2:06pm



The closing date and time has been changed to:

23 February 2024, 2:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

UK Research & Innovation

Polaris House, North Star Avenue

Swindon

SN2 1FL

Contact

Elizabeth Gage

Email

Elizabeth.Gage@ukri.org

Telephone

+44 7563420665

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.ukri.org/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://ukri.delta-esourcing.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Research


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

UKRI-3575 Integrated Laser Front-End System for the DiPOLE-S Project

Reference number

UKRI-3575

two.1.2) Main CPV code

  • 32343000 - Amplifiers

two.1.3) Type of contract

Supplies

two.1.4) Short description

This document describes the specification for a 100 Hz, 100 mJ-class pulsed laser amplifier system, known from here on as the System (referring to the whole system including ancillary equipment), or the Amplifier (referring to the optical assembly). The System can be composed of multiple amplifier stages to amplify the output from a fibre-based seed source to the specified 100 mJ at 100 Hz pulse rate. The supply of this System is requested by the Science and Technology Facilities Council (STFC) to form an integral part of the front-end for a 10 J laser system being built at STFC. This system will be built, tested and operated at Rutherford Appleton Lab (RAL) in the UK.

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The proposal covers the delivery of all components necessary, including:

•Amplifier unit containing all optical components assembled into a single, rigid mechanical unit. Where more than one amplifier stage is used, each amplifier can be assembled into a single, rigid mechanical unit. The amplifier stages and the beam delivery and shaping optics must be mounted on a single breadboard to be subsequently mounted on the client’s optical table.

•All supporting systems, such as power supplies, chillers etc., which shall be compatible with mounting in a 19” rack.

•All cabling and piping required, lengths 15 m, exact value to be confirmed.

•Factory Acceptance Test (FAT) at Supplier site to demonstrate system performance to specification before shipment.

•Shipping and installation at Customer site (RAL).

•Site Acceptance Test at RAL to demonstrate system performance to specification.

•Customer Operator training by a dedicated engineer from Supplier.

•All documentation in English.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £800,000

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

Start date

8 March 2024

End date

17 March 2025

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/N6WRTV6B3U


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

9 February 2024

Local time

2:00pm

Changed to:

Date

23 February 2024

Local time

2:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

9 February 2024

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Amplifiers./N6WRTV6B3U" target="_blank">https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Amplifiers./N6WRTV6B3U

To respond to this opportunity, please click here:

https://ukri.delta-esourcing.com/respond/N6WRTV6B3U" target="_blank">https://ukri.delta-esourcing.com/respond/N6WRTV6B3U

GO Reference: GO-202415-PRO-24908383

six.4) Procedures for review

six.4.1) Review body

UK Research and Innovation

Polaris House, North Star Avenue

Swindon

SN2 1FL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

UK Research & Innovation

Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell

Oxford

OX110QX

Country

United Kingdom