UK-Cambridge: Solar panels.

UK-Cambridge: Solar panels.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
British Antarctic Survey, Highcross, Madingley Rd, Cambridge, CB3 0ET, United Kingdom
Tel. +44 1223221400, Email: basprocurement@ukri.org
Contact: Laura Ross
Main Address: https://www.ukri.org, Address of the buyer profile: https://ukri.delta-esourcing.com/delta/project/
NUTS Code: UKH12
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-Cambridge:-Solar-panels./89M422BMY7
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-2006 Photovoltaic System Components for Bird Island, Antarctica
Reference Number: UKRI-2006
II.1.2) Main CPV Code:
09331000 - Solar panels.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: As part of The British Antarctic Survey’s commitment to achieving Net Zero, there is a requirement to reduce the use of Marine Gas Oil (MGO) at all of its research stations. At present Bird Island Research Station’s electricity is generated soley by 25kW three phase MGO generating sets (one operating and one on standby).
This project is for the design and supply of a photovoltaic (PV) system covering the majority of suitable, existing roof space.
The PV system must be compatible with SMA’s grid forming battery inverters (Sunny Islands)
II.1.5) Estimated total value:
Value excluding VAT: 340,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Provision of photovoltaic arrays and associated inverters for Bird Island Research Station
Lot No: UKRI-2006a
II.2.2) Additional CPV codes:
09331000 - Solar panels.

II.2.3) Place of performance:
UKH12 Cambridgeshire CC

II.2.4) Description of procurement: As part of The British Antarctic Survey’s commitment to achieving Net Zero, there is a requirement to reduce the use of Marine Gas Oil (MGO) at all of its research stations. At present Bird Island Research Station’s electricity is generated soley by 25kW three phase MGO generating sets (one operating and one on standby).
This project is for the design and supply of a photovoltaic (PV) system covering the majority of suitable, existing roof space.
The PV system must be compatible with SMA’s grid forming battery inverters (Sunny Islands)
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 100,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 6
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/P528QCJC96

alternatively log into Delta and use the access code P528QCJC96
II.2) Description Lot No. 2

II.2.1) Title: The provision of Battery Storage and grid forming inverters for Bird Island Research Station
Lot No: 2006b
II.2.2) Additional CPV codes:
31422000 - Battery packs.

II.2.3) Place of performance:
UKH12 Cambridgeshire CC

II.2.4) Description of procurement: The provision of Battery Storage and grid forming inverters for Bird Island Research Station
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 239,300
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 6
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/96B78PRW7S

Alternatively log into Delta and use Access code 96B78PRW7S


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
Details can be found in the ITT and Specification documents.
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: 04/05/2022 Time: 12:00

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: 04/05/2022
Time: 12:00
Place:
Delta E-Tendering


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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.

To access this tender consisting of two lots, please use this access code: 4J2KKT2EG8
To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=669151851
VI.4) Procedures for review
VI.4.1) Review body:
UKRI Legal Dept
Polaris House, North Star Ave, 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: 23/03/2022

Annex A