UK-Swindon: Optical instruments.

UK-Swindon: Optical instruments.
Section I: Contracting Authority
I.1) Name and addresses
UK Research and Innovation
Polaris House, North Star Avenue, Swindon, SN2 2FL, United Kingdom
Tel. +44 1793442000, Email: STFCprocurement@ukri.org
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:-Optical-instruments./5BNDC23ZUY
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-2078 Large aperture air-spaced achromatic doublets for the EPAC high energy amplifier
Reference Number: UKRI-2078
II.1.2) Main CPV Code:
38600000 - Optical instruments.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Proposals are sought by the Science and Technology Facilities Council (STFC, who are part of UKRI) for the supply of large aperture, anti-reflection (AR) coated, air-spaced mounted achromatic doublets for use in beam magnification and relay imaging telescopes for the high energy titanium-sapphire amplifier system as part of the EPAC Project.

The tender documentation includes the technical specification for the air-spaced achromatic doublets. The Specification should be read in conjunction with the associated drawings. The minimum scope of the contract is for the manufacture, polishing, mounting, optical testing, certification and delivery of the mounted doublets to STFC Rutherford Appleton Laboratory, UK. All technical and quality requirements are described in the tender document that are held in the eSourcing portal.
II.1.5) Estimated total value:
Value excluding VAT: 288,000
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: Supply of initial quantities of three types of doublets to the specifications detailed with the ability to purchase additional optics at a later date as described in Section 15 of the specification. A schematic diagram outlining the general design characteristics of each air-spaced mounted doublet is shown in Figure 1 of the specification. It consists of a pair of circular lens elements, referred to as ELEMENT A (negative meniscus) and ELEMENT B (positive meniscus), each of centre thickness Z thick, and separated by an air-gap (Z gap). The faces of each lens element are referred to as F1 to F4. Individual lens elements will be secured independently within a frame of fixed outside diameter providing a minimum clear aperture for optical transmission of a high energy laser beam.

There is an initial total of 10 doublets to be procured and delivered by March 2023, however, earlier delivery is preferred.

Please refer to the Delta eSourcing portal link for the full details and specification.
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: 288,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 8
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: Yes
Description of options: Further quantities may be purchased at a later date, as stated in the ITT document.
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/5BNDC23ZUY


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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 23/06/2022 Time: 11:00

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: 23/06/2022
Time: 11:00


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 Yes
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:-Optical-instruments./5BNDC23ZUY

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/5BNDC23ZUY
VI.4) Procedures for review
VI.4.1) Review body:
UK Research & Innovation
Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell, Oxford, OX11 0QX, United Kingdom
Tel. +44 1235446553
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: 13/05/2022

Annex A