Section one: Contracting authority
one.1) Name and addresses
OPEN UNIVERSITY(THE)
The Vice-Chancellors Office,Walton Hall
MILTON KEYNES
MK76AA
Contact
Procurement Services
Country
United Kingdom
Region code
UKJ12 - Milton Keynes
Charity Commission (England and Wales)
RC000391
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/openuniversity
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply of hardware as part of The OU spaceflight instrument and planetary science research
Reference number
OUPA11173
two.1.2) Main CPV code
- 38431000 - Detection apparatus
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Open University is procuring specialist hardware from a third party provider.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £950,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ12 - Milton Keynes
Main site or place of performance
Milton Keynes
two.2.4) Description of the procurement
Phase 1: A contract to procure various models of combined visible-infrared detectors to: 1) perform radiation testing 2) characterise its performance in the laboratory.
Phase 2: Subject to successful outcomes from Phase 1, a subsequent contract for the procurement of flight-quality devices for inclusion on final I-MIM mission instrument.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The services can be provided only by a particular economic operator for the following reason:
- absence of competition for technical reasons
Explanation:
Based on the use requirement of the final product, The OU requires a space-qualified combined visible-infrared detector for delivery within the funded timeframe of the project. Due to the time constraints of the project only existing "off the shelf" technology is required, any products still within the development phase or where a custom build would be required, will not be suitable.
The combined visible-infrared detector is required for a specific instrument which is for an established space-flight application. The following technical specifications (arising from the existing instrument optical design) are critical requirements:
Pixel pitch: 18 µm
Pixel format: 2k x 1k and stitchable design
Spectral range: covering less than 400nm up to 2.5 micron (i.e. UV/visible to IR in one package).
The suppliers considered, using publicly available information, in the assessment includes the major detector suppliers that the European Space Agency are currently working with to develop infrared detector technology.
Technical data sheets from all current European Space Agency (ESA) infrared detector technology suppliers were reviewed and assessed against the above requirements. The Chroma-D hardware available from Teledyne UK Limited were the only products which met all critical requirements.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-006505
Section five. Award of contract
Contract No
OUPA11173
Title
Supply of hardware as part of The OU spaceflight instrument and planetary science research
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 March 2024
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Teledyne UK Limited
106 Waterhouse Lane
Chelmsford
CM12QU
Country
United Kingdom
NUTS code
- UKH3 - Essex
Companies House
00432014
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £950,000
Section six. Complementary information
six.3) Additional information
Based on the use requirement of the final product, The OU requires a space-qualified combined visible-infrared detector for delivery within the funded timeframe of the project. Due to the time constraints of the project only existing "off the shelf" technology is required, any products still within the development phase or where a custom build would be required, will not be suitable.
The combined visible-infrared detector is required for a specific instrument which is for an established space-flight application. The following technical specifications (arising from the existing instrument optical design) are critical requirements:
Pixel pitch: 18 µm
Pixel format: 2k x 1k and stitchable design
Spectral range: covering less than 400nm up to 2.5 micron (i.e. UV/visible to IR in one package).
The suppliers considered, using publicly available information, in the assessment includes the major detector suppliers that the European Space Agency are currently working with to develop infrared detector technology.
Technical data sheets from all current European Space Agency (ESA) infrared detector technology suppliers were reviewed and assessed against the above requirements. The Chroma-D hardware available from Teledyne UK Limited were the only products which met all critical requirements.
six.4) Procedures for review
six.4.1) Review body
N/A
N/A
Country
United Kingdom