UK-Swindon: Satellite-related communications equipment.

UK-Swindon: Satellite-related communications equipment.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
Science & Technology Facilities Council, Polaris House, North Star Avenue, Swindon, SN21FF, United Kingdom
Tel. +44 1235445133, Email: Nicola.everden@ukri.org
Contact: Nicola Everden
Main Address: www.ukri.org
NUTS Code: UK
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: No.
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:-Satellite-related-communications-equipment./83Q64WFEKQ
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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-1146 SWIMMR S1 Space System S1 Trusted Space
Reference Number: UKRI-1146
II.1.2) Main CPV Code:
32530000 - Satellite-related communications equipment.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: SWIMMR S1 Space System
S1 Trusted Space
II.1.5) Estimated total value:
Value excluding VAT: 1,500,000
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:
UK UNITED KINGDOM

II.2.4) Description of procurement: SWIMMR will develop and deploy new instruments, models and services to support the UK space weather community and the Met Office Space Weather Operations Centre. This programme will significantly add to the UK's capability to predict and mitigate the hazards of space weather, as well as providing a basis for wider international collaboration over the lifetime of the proposal and beyond.

The funding forms part of the Strategic Priorities Fund (SPF), delivered by the UK Research & Innovation (UKRI) to drive an increase in high quality multi- and interdisciplinary research and innovation. It will ensure that UKRI's investment links up effectively with government research priorities and opportunities. The programme is a collaboration led by the Science and Technology Facilities Council (STFC) with NERC and supported by the Department for Business, Energy and Industrial Strategy (BEIS), the Department for Transport and the Ministry of Defence. The programme has been outlined in close association with the Met Office Space Weather Operations Centre (MOSWOC).

The programme will be delivered through a series of activities managed by either STFC or NERC.
The “Trusted Space Sensor” tender is the procurement of an instrument with a spacecraft host to gather radiation data from space over at least one year in space and is part of the “S1: Improved in-situ radiation measurements for space and aviation” project.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 90

Cost criterion - Name: Price / Weighting: 10

II.2.6) Estimated value:
Value excluding VAT: 1,500,000
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: Yes
Description of renewals: The estimated value of the opportunity is:
£600k – £1.2m Excluding VAT, (Firm Fixed Price) for the initial purchase.
A maximum potential spend of up to £1.5m ex-VAT to account for additional purchases or contractual options that may be exercised**

**Note that UKRI does not guarantee any additional purchases or further work under this Contract outside of the initial purchase. The use of any contractual option is entirely at UKRI’s own discretion, and it does not guarantee any such additional purchases, extension or spend

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The estimated value of the opportunity is:
£600k – £1.2m Excluding VAT, (Firm Fixed Price) for the initial purchase.
A maximum potential spend of up to £1.5m ex-VAT to account for additional purchases or contractual options that may be exercised**

**Note that UKRI does not guarantee any additional purchases or further work under this Contract outside of the initial purchase. The use of any contractual option is entirely at UKRI’s own discretion, and it does not guarantee any such additional purchases, extension or spend
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
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
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: 2020/S 240 - 594908
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 28/05/2021 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:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 28/05/2021
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:-Satellite-related-communications-equipment./83Q64WFEKQ

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/83Q64WFEKQ
VI.4) Procedures for review
VI.4.1) Review body:
UK Research & Innovation
Science & Technology Facilities Council, Polaris House, North Star Avenue, Swindon, SN21FF, United Kingdom
Email: commercial@ukri.org
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: 21/04/2021

Annex A