UK-Swindon: Specialist optical instruments.

UK-Swindon: Specialist optical instruments.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
Polaris House, Swindon, SN2 1FL, United Kingdom
Tel. +44 7874895376, Email: stephanie.salmon@ukri.org
Contact: Stephanie Salmon
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: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://ukri.delta-esourcing.com/
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:
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-2132 METIS LMS Large Mirrors
Reference Number: UKRI-2132
II.1.2) Main CPV Code:
38636000 - Specialist optical instruments.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The UK Astronomy Technology Centre (UK ATC) is a laboratory within the Science & Technology Facilities Council which is part of UK Research & Innovation. The UK ATC has responsibility within the METIS project to design, build, test and deliver the LMS to our project partners NOVA in The Netherlands.
II.1.5) Estimated total value:
Value excluding VAT: 140,000
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: The European Extremely Large Telescope (ELT), currently under construction in Chile, will be the world’s largest telescope operating in the visible and infrared wavelength domain. It is part of the European Southern Observatory (ESO), an inter-governmental research organization.
METIS is an imager and spectrometer for the (ELT), operating at wavelengths of 2.7 micron to around 14 micron.
A subsystem within METIS is the LM band spectrometer (LMS) which will provide high resolution (R ≈ 100,000) over the range 2.7-5.3 micron.
A pre-disperser (a low resolution prism spectrometer) with an exit slit mask is used to define the bandpass within the LM band, acting as an order sorting filter for the echelle. Multiple exposures with rotation of the pre-disperser and main disperser are required to build up a continuous spectrum.
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: 140,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 15
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/2384GV39M7


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: No
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: 30/05/2022 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): 15

IV.2.7) Conditions for opening of tenders:
Date: 30/05/2022
Time: 15:00


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:-Specialist-optical-instruments./2384GV39M7

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/2384GV39M7
VI.4) Procedures for review
VI.4.1) Review body:
UK Research and Innovation
Polaris House, 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: 13/04/2022

Annex A