Tender

UKRI-2814 Optical System Design and Analysis Services

  • UK Research and Innovation

F02: Contract notice

Notice identifier: 2023/S 000-027263

Procurement identifier (OCID): ocds-h6vhtk-03a2ee

Published 14 September 2023, 7:06pm



The closing date and time has been changed to:

14 November 2023, 2:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

UK Research and Innovation

Polaris House, North Star Avenue

Swindon

SN2 2FL

Email

STFCprocurement@ukri.org

Telephone

+44 1793442000

Country

United Kingdom

Region code

UKK14 - Swindon

Internet address(es)

Main address

www.ukri.org

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Government research and innovation


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

UKRI-2814 Optical System Design and Analysis Services

Reference number

UKRI-2814

two.1.2) Main CPV code

  • 71320000 - Engineering design services

two.1.3) Type of contract

Services

two.1.4) Short description

The Central Laser Facility (CLF) at the STFC Rutherford Appleton Laboratory is one of the world’s leading laser facilities providing scientists from the UK and Europe with an unparalleled range of state of the art technology. CLF is a partnership between its staff and the large number of members of UK and European universities who use the specialised laser equipment provided to carry out a broad range of experiments in physics, chemistry and biology.

The Supplier(s) will predominantly provide engineering resources, to undertake design and development work. For design activities, where appropriate, the Supplier(s) may also be asked to provide risk assessments and method statements supporting their designs through to installation and commissioning. These works, where appropriate, will be undertaken within the Construction Design and Management regulations under which the duty of "designer" will be fulfilled by the Supplier(s).

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Electrical Building Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71320000 - Engineering design services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 1 - Electrical building services

Activities required;

Building services electrical single and 3 phase low voltage distribution.

Cable routing and support

Cat 6 cabling and network design

Compliance and Understanding of BS 7671

Key Software - AutoCAD Electrical, EPLAN, Vault

Deliverables:

2D Autocad drawings (in native format so compatible with Vault database).

Cable routing, type and termination to electrical panels

Cable Identification (ID),

Bill of Materials (BOM) for Cable support and containment

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/8P4V6ZR748

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.

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: £4,000,000

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: 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) Description

two.2.1) Title

Lot 2 Electrical Interlocks - Laser Systems

Lot No

2

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 2 - Electrical Interlocks - Laser Systems

Activities required:

Interlock systems to BS EN 61508 and BS EN 61511

Pilz Safety PLC Systems

Compliance and Understanding of BS 7671

Key Software - Pilz Software PAS4000, PASvisu

Deliverables:

2D Autocad drawings (in native format so compatible with Vault database).

Safety Assessments including but not limited to Safety Integrity Level (SIL) rating

Software (in native format)

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/54ZBEPB55E

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.

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: £4,000,000

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: 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) Description

two.2.1) Title

Lot 3 Electrical Service - High Voltage Systems

Lot No

3

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 3 - Electrical Service - High Voltage Systems

Activities Required:

High voltage DC pulsed power supply systems (capacitor based) up to 22kV

Electromagnet power supplies

Compliance and Understanding of BS 7671

Key Software

AutoCAD Electrical, EPLAN, Vault

Deliverables:

2D Autocad drawings (in native format so compatible with Vault database).

Safety Assessments and Design Mitigations

Requirements and Specification Documentation

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/8SR2RDTX68

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.

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: £4,000,000

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: 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) Description

two.2.1) Title

Lot 4 Electrical Service - PLC

Lot No

4

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 4 - Electrical Service - PLC

Activities required:

SCADA

PLCs, Specifically Siemens S7 series

Key Software

Autosave, TIA Portal, Vault

Deliverables:

2D Autocad drawings (in native format so compatible with Vault database).

PLC code to IEC 61131-3

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/XV7W3ST2FR

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.

two.2.5) Award criteria

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

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: 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) Description

two.2.1) Title

Lot 5 Analysis

Lot No

5

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 5 - Analysis

Activities required

Computational Fluid Dynamics Modelling

Finite Element Analysis - Heat Transfer Modelling

Dynamic Modal Analysis

Finite Element Analysis - Static Structural

Design by Analysis in accordance with Pressure Equipment Directive PED (and BS:EN13345)

General Finite Element Analysis

Design of passive and active cooling systems

Design of LN2 cryostat cooling systems

Key Software

Ansys

Deliverables:

Design and Analysis Reports and Presentations

Ansys models (including all boundary condition, mesh and result data)

Supporting Empirical calculations

Design recommendations (provided to CLF for modelling and detail design)

Process & Instrumentation Diagrams

3D CAD models in step format

2D General Assembly and manufacturing drawings

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/347NU69464

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.

two.2.5) Award criteria

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

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: 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) Description

two.2.1) Title

Lot 6 Mechanical Building Services - Water

Lot No

6

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 6 - Mechanical Building Services - Water

Activities required:

Building services engineering for water systems

Chilled water systems, primary and secondary

Key Software

Preferably Solid Edge linked to Teamcentre

Deliverables:

3D CAD models preferably in native Solid Edge format (to be compatible with assemblies and Teamcentre database). A concession may be made for this Lot to software more commonly used in industry (e.g. Revit) as long as data can be transferred in solid body form to step file to be added to the Solid Edge models.

Installation Drawings

Installation Instructions, including Risk Assessments and Method Statements (RAMS)

Integration with existing building water service management system

Flow and thermal calculations

Safety Assessments

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/8336H6T9U2

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.

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: £4,000,000

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: 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) Description

two.2.1) Title

Lot 7 Mechanical Building Services - Gas

Lot No

7

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 7 - Mechanical Building Services - Gas

Activities required:

Compressed air systems

High pressure gas delivery systems to 350bar(g)

Compressed nitrogen gas systems

Exhaust Systems

Compressed oxygen delivery systems

Key Software

Preferably Solid Edge linked to Teamcentre

Deliverables:

3D CAD models preferably in native Solid Edge format (to be compatible with assemblies and Teamcentre database). A concession may be made for this Lot to software more commonly used in industry (e.g. Revit) as long as data can be transferred in solid body form to step file to be added to the Solid Edge models.

Installation Drawings

Installation and Commissioning Instructions, including Risk Assessments and Method Statements (RAMS)

Pressure and Flow Calculations

Safety Assessments and compliance with Pressure System Safety Regulations (PSSR).

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/8TS2E327GE

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.

two.2.5) Award criteria

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

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: 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) Description

two.2.1) Title

Lot 8 Mechanical Building Services - Vacuum

Lot No

8

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 8 - Mechanical Building Services - Vacuum

Activities required:

Roughing vacuum systems (comprising of CF seals)

High vacuum pipework systems (turbo, backing systems and pipework)

Key Software

Preferably Solid Edge linked to Teamcentre

Deliverables:

3D CAD models in native Solid Edge format (to be compatible with assemblies and Teamcentre database)

Manufacturing Drawings in native Solid Edge format (to be compatible with assemblies and Teamcentre database)

Fabrication Drawings in native Solid Edge format (to be compatible with assemblies and Teamcentre database)

Manufacturing specifications (to CLF template)

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/JAPQ962377

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.

two.2.5) Award criteria

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

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: 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) Description

two.2.1) Title

Lot 9 Ballistic Shield and Chambers

Lot No

9

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 9 - Ballistic shield and chambers

Activities required:

Analysis to determine stored energy in pressure systems and potential energy of fragments/windows in pressure boundary

Analysis to determine minimum shield thickness

Analysis to determine potential acoustic hazard presented by release of stored energy

Key Software

Ansys, empirical calculation, other

Deliverables:

Design and Analysis Reports and Presentations

Ansys models (including all boundary conditions, mesh and result data)

Design recommendations (provided to CLF for modelling and detail design)

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/456J47CN6C

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.

two.2.5) Award criteria

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

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: 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) Description

two.2.1) Title

Lot 10 Data Acquisition Systems

Lot No

10

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 10 - Data Acquisition Systems

We require development of data management and control systems for high throughput data (GB/s) generated by high power lasers running at 10Hz. For this, we need:

Data Acquisition Systems (DAQ) for high throughput scientific data (software/platforms; EPICS, AreaDetector, Apache Kafka, Python, FlatBuffers)

Data Management Software Development for high data volumes (Apache Kafka, Python, HDF5, NeXus)

Experiment Specification and Orchestration system (BlueSky)

Data visualisation systems (Javascript, React framework, Grafana or similar data visualisation tool)

Experiment control front-end/GUI (React, or Blazor)

Deliverables:

Software program that meets the requirement specification

User guide and other documentation

Code quality and maintainability

Testing (as required)

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/G6P6M778C4

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.

two.2.5) Award criteria

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

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: 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) Description

two.2.1) Title

Lot 11 Software Training

Lot No

11

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 11 - Software Training

Training topics required:

Experimental Physics and Industrial Control System (EPICS)

Agile Software Development

Apache Kafka

C# - Dotnet Blazor

Deliverables:

On-site training sessions

Virtual training) sessions

Training Materials and Documentation

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/J9R89534M2

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.

two.2.5) Award criteria

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

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: 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


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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-003484

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

Originally published as:

Date

23 October 2023

Local time

2:00pm

Changed to:

Date

14 November 2023

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

23 October 2023

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.

To view this notice, please click here:

https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=803057570" target="_blank">https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=803057570

GO Reference: GO-2023914-PRO-23879665

six.4) Procedures for review

six.4.1) Review body

UK Research & Innovation

Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell

Oxford

OX11 0QX

Telephone

+44 1235446553

Country

United Kingdom