Tender

The Provision Of 128 DUNE APA Stainless Steel Frames

  • UK Research and Innovation

F02: Contract notice

Notice identifier: 2021/S 000-027345

Procurement identifier (OCID): ocds-h6vhtk-02f23f

Published 1 November 2021, 4:15pm



Section one: Contracting authority

one.1) Name and addresses

UK Research and Innovation

Polaris House, North Star Avenue

Swindon

SN2 1FL

Email

commercial@ukri.org

Telephone

+44 1793442000

Country

United Kingdom

NUTS code

UKK14 - Swindon

Internet address(es)

Main address

https://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://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Frames./87X6H4E99Z

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-title/U4K28E2366

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 and innovation


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Provision Of 128 DUNE APA Stainless Steel Frames

Reference number

UKRI-1620

two.1.2) Main CPV code

  • 44142000 - Frames
    • AA11 - Steel

two.1.3) Type of contract

Supplies

two.1.4) Short description

The DUNE Anode Plane Assemblies (APAs) will form the major part of the DUNE far site detector. We are finishing the prototype APAs for installation in a cryostat at CERN and preparing for the full production run of up to 128 APAs. The APAs are composed of large stainless steel metal frames and made of thousands of turns of wire, roughly 24 kilometres for each APA. It’s an engineering challenge to wind the wire around the frames and build the wire chambers.

A fully assembled frame is expected ‘in spec’ with all the associated documents or ‘doc pack’ including material certificates, ITP (Inspection Test plan), mechanical inspections, NDT (Non-Destructive Testing) etc.

Full qualification (inspection) by ourselves will be needed in the first batch of two frames. This will include visual inspection, an inspection of holes and machined parts and welding quality. The company will allow us access to do these qualification checks.

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 44142000 - Frames
    • AA11 - Steel
  • 45262680 - Welding

two.2.3) Place of performance

NUTS codes
  • UKD61 - Warrington
Main site or place of performance

Warrington

two.2.4) Description of the procurement

Your company will be asked to manufacture up to 128 APA frames by October 2025. The first two APA frames should be assembled, inspected and shipped to Daresbury by 31st January 2022, the following 6 to be delivered on 28th March, and from then on, 6 frames every 9 weeks.

During manufacture, time will be needed to visit the sub-contract companies (if used) and yourselves to carry out inspections. In addition, around half a day per frame will be required to measure the flatness of each frame with our laser tracking system, which is shown in the attached document “8760doc055 Frame planarity testing”. Finally, Crane operators and riggers will be needed to fix the APA frame in landscape mode, as shown.

Downtime periods of up to two months might be needed. In such a case, the delivery dates for the subsequent batches of frames will be moved by the required time.

Each APA frame will have 5 years warranty on the complete assembly.

The manufacturer will provide monthly status reports on parts procurement, staffing and manufacture of the frames. When relevant, the report should include the status of the manufacturer’s subcontractors.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Cost criterion - Name: Price / Weighting: 10

two.2.6) Estimated value

Value excluding VAT: £2,500,000

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

Start date

4 January 2022

End date

31 October 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/87X6H4E99Z


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

Date

2 December 2021

Local time

2:00pm

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

2 December 2021

Local time

2:00pm

Place

Electronically, via web based portal


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:-Frames./87X6H4E99Z

To respond to this opportunity, please click here:

https://ukri.delta-esourcing.com/respond/87X6H4E99Z

GO Reference: GO-2021111-PRO-19166750

six.4) Procedures for review

six.4.1) Review body

UK Research and Innovation

Polaris House, North Star Avenue

Swindon

SN2 1FL

Email

commercial@ukri.org

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

UK Research and Innovation

Polaris House, North Star Avenue

Swindon

SN2 1FL

Email

commercial@ukri.org

Country

United Kingdom