Tender

DLSITT1048 - Off-Site Storage Facility for DLS

  • Diamond Light Source Ltd

F02: Contract notice

Notice identifier: 2024/S 000-039925

Procurement identifier (OCID): ocds-h6vhtk-04c65b

Published 11 December 2024, 1:30pm



Section one: Contracting authority

one.1) Name and addresses

Diamond Light Source Ltd

Harwell Science and Innovation Campus

Didcot

OX11 0DE

Contact

Debbie Pryor

Email

procurement@diamond.ac.uk

Telephone

+44 1235567575

Country

United Kingdom

Region code

UKJ14 - Oxfordshire

Companies House

4375679

Internet address(es)

Main address

https://www.diamond.ac.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.diamondtenders@diamond.ac.uk/Home.aspx

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.diamondtenders@diamond.ac.uk

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

Scientific Research


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DLSITT1048 - Off-Site Storage Facility for DLS

Reference number

DLSITT1048

two.1.2) Main CPV code

  • 63120000 - Storage and warehousing services

two.1.3) Type of contract

Services

two.1.4) Short description

Located on the Harwell Science and Innovation Campus in Oxfordshire, Diamond Light Source (DLS) is a leading-edge facility for science, engineering and innovation. Diamond allows researchers from academia and industry to investigate the structure and behaviour of the world around us at the atomic and molecular level.

To continue delivering the world changing science that Diamond enables, the facility is being upgraded to Diamond-II, a coordinated programme of development that combines a major machine upgrade with new instruments and complementary improvements to optics,detectors, sample environment and delivery capabilities, and computing, as well as integrated and correlative methods. This will be transformative in speed and spatial resolution and will offer users streamlined access to enhanced instruments for life and physical sciences.

The logistics model devised that underpins this programme mandates a suitable offsite storage facility to be secured for a period of three years starting sometime during 2025. This will serve as a cross-dock style operation with inbound material being checked, identified and prepared for despatch to the point of installation in the synchrotron and surrounding buildings in a timely fashion. The material consists of technical equipment delivered from around the world normally in wooden crates or pallets.

The requirement is for Warehouse space up to 3750 sq. metres, no less than 1350 sq. metres. This pace need not be contiguous and can be spread across up to five different sites.

There may also be a kitting process established. An estimated 20% of the footprint will be racking and shelving. The remaining open floor area will be used for marshalling the inbound inventory and setting out for inspection and despatch.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire

two.2.4) Description of the procurement

Located on the Harwell Science and Innovation Campus in Oxfordshire, Diamond Light Source (DLS) is a leading-edge facility for science, engineering and innovation. Diamond allows researchers from academia and industry to investigate the structure and behaviour of the world around us at the atomic and molecular level.

To continue delivering the world changing science that Diamond enables, the facility is being upgraded to Diamond-II, a coordinated programme of development that combines a major machine upgrade with new instruments and complementary improvements to optics,detectors, sample environment and delivery capabilities, and computing, as well as integrated and correlative methods. This will be transformative in speed and spatial resolution and will offer users streamlined access to enhanced instruments for life and physical sciences.

The logistics model devised that underpins this programme mandates a suitable offsite storage facility to be secured for a period of three years starting sometime during 2025. This will serve as a cross-dock style operation with inbound material being checked, identified and prepared for despatch to the point of installation in the synchrotron and surrounding buildings in a timely fashion. The material consists of technical equipment delivered from around the world normally in wooden crates or pallets.

The requirement is for Warehouse space up to 3750 sq. metres, no less than 1350 sq. metres. This pace need not be contiguous and can be spread across up to five different sites.

There may also be a kitting process established. An estimated 20% of the footprint will be racking and shelving. The remaining open floor area will be used for marshalling the inbound inventory and setting out for inspection and despatch.

two.2.5) Award criteria

Quality criterion - Name: Functional Requirements / Weighting: 50

Quality criterion - Name: Tender Response / Weighting: 10

Price - Weighting: 40

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

Duration in months

39

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


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

22 January 2025

Local time

12:00pm

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

22 January 2025

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Diamond Light Source

Didcot

OX11 0DE

Country

United Kingdom