Section one: Contracting authority
one.1) Name and addresses
UK Research and Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FL
Contact
James Goldsby-West
Telephone
+44 1235446100
Country
United Kingdom
NUTS code
UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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-1916 Pilz Safety Equipment Call-off contract
Reference number
UKRI-1916
two.1.2) Main CPV code
- 31210000 - Electrical apparatus for switching or protecting electrical circuits
two.1.3) Type of contract
Supplies
two.1.4) Short description
Central Laser Facility (CLF) intend to purchase a large amount of Pilz manufactured safety-related equipment for the EPAC project and potentially for the Vulcan 2020 project over the next 4 years. For this requirement, we would like to establish a call-off contract.
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance
Berkshire, Buckinghamshire and Oxfordshire
two.2.4) Description of the procurement
The Science and Technology Facilities Council (STFC) is part of UK Research and Innovation (UKRI). The Central Laser Facility (CLF) is a research centre at the Rutherford Appleton Laboratory. CLF intend to purchase a large amount of Pilz manufactured safety-related equipment for the EPAC project and potentially for the Vulcan 2020 project over the next 4 years. For this requirement, we would like to establish a Call-off contract. The call off will be for a product list of 52 items, for which the prices will be firm and fixed for the 4 year contract duration.
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: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: Yes
Description of options
Provision of training for the use of the equipment is an option within this contract.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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 March 2022
Local time
2:00pm
Changed to:
Date
21 March 2022
Local time
2:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 March 2022
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
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:
To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/9VFF993M52
GO Reference: GO-2022131-PRO-19559768
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