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 1793442000, 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: 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:-Lasers./295242HVC4
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-1117 - Chilbolton Observatory Raman Lidar
Reference Number: UKRI-1117
II.1.2) Main CPV Code:
38636100 - Lasers.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Science and Technology Facilities Council, part of UK Research and Innovation are seeking proposals from suppliers for an atmospheric Raman lidar system for installation at STFC Chilbolton Observatory.
II.1.5) Estimated total value:
Value excluding VAT: 300,000
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:
UKJ3 Hampshire and Isle of Wight

II.2.4) Description of procurement: STFC wish to procure an atmospheric Raman lidar system for installation at STFC Chilbolton Observatory. The system should have the following features, which are expanded further in subsequent sections:

1. It should be housed in a customised standard 20 foot ISO container with climate control. The container must be weatherproof and lightproof, except for the windows designed for laser beam transmission. It must be IP66 compliant.
2. It must have a design transmitting at a minimum, a single wavelength of 355 nm and recording elastic and inelastic (Raman-scattered at 387 nm) backscattering coefficient, and linear depolarisation ratio.
3. It must meet ACTRIS (Aerosols, Clouds, and Trace gases Research Infrastructure) requirements for a single wavelength system.
4. The instrument and container must be designed in such a way that it is straightforward to upgrade to transmit 532 nm and 1064 nm for the measurement of elastic and inelastic (Raman) backscattering coefficient and linear depolarisation ratio and to measure water vapour profiles using the 355nm beam without major modifications to the structure. It is anticipated that the measurement of linear depolarisation ratio at 1064 nm will require the use of a 2nd laser in order to ensure sufficient polarisation purity, and possibly a 2nd receiver. There should therefore be adequate space in the current design to allow this upgrade, unless a method not requiring this extra hardware is proposed and justified.
5. Full overlap of transmitted beam and receiver field of view must be achieved no higher than 300 metres with the capability to add lower range observations at a future date. This may require there to be sufficient space to accommodate the additional hardware (such as telescope, receiver optics, detectors).
6. Start-of-operation setup and ongoing alignment procedures must be automated as far as possible.
7. It should be reliable for routine operation.

Full details can be found within the supporting appendices on the Delta e-Sourcing system.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 300,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 9
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: To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/295242HVC4


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: 05/10/2021 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: 05/10/2021
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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Lasers./295242HVC4

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/295242HVC4
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: 26/08/2021

Annex A