UK-Swindon: Lasers.

UK-Swindon: Lasers.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 1235446553, Email: stfcprocurement@ukri.org
Contact: STFC Procurement
Main Address: www.ukri.org
NUTS Code: UKK14
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.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:-Lasers./H5V9UP64NY
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Lasers./H5V9UP64NY to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: UKRI-1167 - Cryogenic Cooling System for a High-Power Laser
Reference Number: UKRI-1167
II.1.2) Main CPV Code:
38636100 - Lasers.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Proposals are sought by the Science and Technology Facilities Council (STFC, part of UK Research and Innovation, UKRI) for a cryogenic cooling system for a high-power laser. STFC is building an advanced Yb:YAG laser system delivering pulse energies in excess of 10 J at 100 Hz repetition rate. The system will be built, tested, and operated at the Rutherford Appleton Laboratory.
II.1.5) Estimated total value:
Value excluding VAT: 425,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ14 Oxfordshire

II.2.4) Description of procurement: The Science and Technology Facilities Council (STFC) is building an advanced Yb:YAG laser system delivering pulse energies in excess of 10 J at 100 Hz repetition rate. This system will be built, tested, and operated at the Rutherford Appleton Laboratory, UK. This specification describes the requirements for a cryogenic cooling system to control and maintain the temperature of the main laser amplifier head.
1.1Scope of contract
This specification covers the supply of a cooling system, in the following also called the System comprising of:
•The cooling system itself (based on a sealed helium coolant loop that is cooled using a liquid nitrogen (LN2) supply).
•An EPICS compatible control system.
•All cabling and piping required to interface points specified herein.
•Factory demonstration of the System demonstrating the full performance specified herein
•Attendance at STFC’s RAL site to confirm the adequacy of the installation and to set up and demonstrate the plant, reconfirming the performance of the equipment to this specification.
•Reports and documentation as stated herein.
•Full technical construction file and certification, in reproducible form, attesting to compliance with European Trading Regulations (CE marking).
•CE declaration of conformity.
•Certificate of conformity to this specification.
•Operating and maintenance manuals in English (UK).
•Specialist plant and equipment to support assembly, testing and installation, including blanks and seals for all flanges.
•Provision of cryostat and transfer line support and adjustment system.
•Flexible vacuum jacketed supply and exhaust lines.
This cooling system will be supplied and delivered to STFC where it will be integrated with other hardware as part of a project to design and construct an advanced laser system
All equipment supplied must be suitable for operation in the UK. All equipment supplied must meet European Regulations and, as appropriate, be CE marked.

The full specification and requirements can be found within the Delta eSourcing Portal, mentioned below;

UKRI will be using the Delta eSourcing Portal for this procurement. To register on the Delta eSourcing portal please use the link https://www.delta-esourcing.com/ and follow the instructions to register. If you are already registered on the Delta eSourcing Portal and wish to participate in this procurement, please use the link provided in this Notice, and then follow the instructions to ‘Login’. Once you are logged into the system you will be able to link yourself into this procurement using the Access Code https://www.delta-esourcing.com/respond/H5V9UP64NY. As a user of the Delta eSourcing Portal you will have access to the Delta messaging service which facilitates all messages sent to you and from you in relation to any specific tender event. Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. Please ensure you review all attached information to ensure a full understanding of this requirement. All attachments can be found with the Document Uploads tab within the Delta eSourcing Portal.

The contracting authority expressly reserves the right:

i. not to award any contract as a result of the procurement process commenced by publication of this notice; and
ii.to make whatever changes it may see fit to the content and structure of the procurement; and in no circumstances will the contracting authority be liable for any costs incurred by any supplier. If the contracting authority decides to enter into a contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of bidders.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 425,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 12
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 27/04/2021 Time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 27/04/2021
Time: 14:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.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:-Lasers./H5V9UP64NY

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/H5V9UP64NY
VI.4) Procedures for review
VI.4.1) Review body:
UK Research and Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 17/03/2021

Annex A