Section one: Contracting authority
one.1) Name and addresses
UK Research and Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FL
Telephone
+44 1793442000
Country
United Kingdom
NUTS code
UKK14 - Swindon
Internet address(es)
Main address
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
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
UK Research and Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FL
Country
United Kingdom