Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
AWE PLC
Room 20,Building F161.2 Atomic Weapons Establishment
READING
RG74PR
Contact
AWE Procurement
Email(s)
Telephone
+44 7469128173
Country
United Kingdom
Justification for not providing organisation identifier
Not on any register
Internet address(es)
General address of the contracting authority/entity
Further information
Further information can be obtained from the above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from
The above-mentioned contact point(s)
Tenders or requests to participate must be sent to
The above-mentioned contact point(s)
one.2) Type of the contracting authority
Other type
Non Departmental Public Body
one.3) Main activity
Defence
one.4) Contract award on behalf of other contracting authorities/entities
The contracting authority is purchasing on behalf of other contracting authorities:
No
Section two: Object of the contract
two.1) Description
two.1.1) Title attributed to the contract by the contracting authority
Purchase of Ultra Precision Diamond Turning Lathe System
two.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance
AWE Plc, Aldermaston, Reading, RG7 4PR
NUTS code
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
two.1.5) Short description of the contract or purchase(s)
AWE has a requirement for a replacement Ultra Precision Diamond Turning Lathe capability within our facilities.
This procurement is part of an obsolescence programme that aims to purchase a replacement diamond turning lathe system to replace AWE's ageing Precitech Nano 250 unit used to make highly accurate components used in various physics experiments.
The principal requirements are to:
Delivery, installation, and commission of a single new Ultra Precision Diamond Turning Lathe to be carried out at AWE, Aldermaston, Reading, RG7 4PR.
Provide training as part of the commission of the new instrument.
Supplier capability to provide a support package for at least 5 years for maintenance and repairs support.
two.1.6) Common procurement vocabulary (CPV)
- 42620000 - Lathes, boring and milling machine tools
Additional CPV code(s)
- 42621000 - Lathes
two.1.7) Information about subcontracting
The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed
two.1.8) Lots
This contract is divided into lots: No
two.1.9) Information about variants
Variants will be accepted: No
two.2) Quantity or scope of the contract
two.2.1) Total quantity or scope
Estimated Range excluding VAT: between 500,000 and 600,000 Currency: GBP
two.2.2) Information about options
Options: No
two.2.3) Information about renewals
This contract is subject to renewal: No
two.3) Duration of the contract or time limit for completion
Start date: 15 January 2024
End date: 15 January 2026
Section three. Legal, economic, financial and technical information
three.1) Conditions relating to the contract
three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Payment based on successful completion of key milestones as part of supplier proposal (Delivery, installation, commissioning etc.)
three.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information
Due to security requirements for AWE, part of the PQQ will include an evaluation of supplier Security.
three.1.5) Information about security clearance
Candidates which do not yet hold security clearance may obtain such clearance until: 1 February 2024
three.2) Conditions for participation
three.2.1) Personal situation
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As detailed within the PQQ document
Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As detailed within the PQQ document
three.2.2) Economic and financial ability
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: As detailed within the PQQ document
Minimum level(s) of standards possibly required: As detailed within the PQQ document
Criteria regarding the economic and financial standing of subcontractors (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: As detailed within the PQQ document
Minimum level(s) of standards possibly required: As detailed within the PQQ document
three.2.3) Technical and/or professional capacity
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: As detailed within the PQQ document
Minimum level(s) of standards possibly required: As detailed within the PQQ document
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met: As detailed within the PQQ document
Minimum level(s) of standards possibly required: As detailed within the PQQ document
Section four: Procedure
four.1) Type of procedure
four.1.1) Type of procedure
Restricted
four.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3 and maximum number 5
Objective criteria for choosing the limited number of candidates: As detailed within the PQQ
four.2) Award criteria
four.2.1) Award criteria
the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
four.2.2) Information about electronic auction
An electronic auction has been used: no
four.3) Administrative information
four.3.1) File reference number attributed by the contracting authority
1656
four.3.2) Previous publication(s) concerning the same contract
no
four.3.4) Time limit for receipt of tenders or requests to participate
18 October 2023 - 5:00pm
four.3.6) Language(s) in which tenders or requests to participate may be drawn up
English
Section six: Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Please find full description of procurement within PQQ document set.
six.4) Procedures for appeal
six.4.1) Body responsible for appeal procedures
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.judiciary.uk/you-and-the-judiciary/going-to-court/high-court/
six.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with the Defence and Security Public Contracts Regulations 2011, AWE will incorporate a minimum 10 calendar day standstill period form the date that the contract award decision is communicated to tenderers.