UK-Swindon: Lasers.

UK-Swindon: Lasers.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
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.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Other activity: Research and Innovation

Section II: Object Of The Contract

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.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 314,700

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UKJ3 - Hampshire and Isle of Wight

Main site or place of performance:
Hampshire and Isle of Wight


II.2.4) Description of the 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:
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40


II.2.11) Information about options
Options: 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


II.2.14) Additional information: To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/295242HVC4


Section IV: Procedure

IV.1) Description

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


IV.1.6) Information about electronic auction
An electronic auction has been used: No

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 OJEU: 2021/S 000-021146



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: UKRI-1117
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 05/11/2021

V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Raymetrics SA, N/A
Spartis 32 and Filikis Eterias, Metamorfosis-Athens, GR14452, Greece
NUTS Code: UKJ3
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 314,700
Total value of the contract/lot: 314,700
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=642804026

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.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 11/11/2021