UK-Swindon: Linear accelerators.

UK-Swindon: Linear accelerators.
Section I: Contracting Authority
I.1) Name and addresses
UK Research and Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 1235446553, Email: commercial@ukri.org
Contact: Declan Ward
Main Address: https://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: Yes.
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:-Linear-accelerators./32WE3V3P2P
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-1986 Manufacturing Requirements Specification for the PIP-II Jacketed High-β 650 MHz cavity
Reference Number: UKRI-1986
II.1.2) Main CPV Code:
31643100 - Linear accelerators.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: This procurement covers the manufacturing, treatment and testing of 2 pre-series and 18 series production jacketed 650 MHz SRF cavities for the high-β section of the proton LINAC for the Proton Improvement Plan II (PIP-II) at Fermi National Accelerator Laboratory (FNAL) in the USA. UKRI-STFC Daresbury Laboratory (UKRI-STFC) is working in partnership with Fermi National Accelerator Laboratory (FNAL) for the cavities’ design and fabrication.

The Purchase Order will be owned and managed by UKRI-STFC. FNAL personnel shall act as technical consultants upon UKRI-STFC request.
II.1.5) Estimated total value:
Value excluding VAT: 4,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
45262425 - Jacket-fabrication work.

II.2.3) Place of performance:
UKD61 Warrington

II.2.4) Description of procurement: This contract is to deliver 20 (18 series and 2 pre-series), 650 MHz HB superconducting elliptical cavities to UKRI-STFC Daresbury Laboratory, Warrington, UK. The Contractor is to fabricate, assemble, treat, factory QC test, and transport these cavities in accordance with the details of this specification and provided drawings. The pre-series cavities are to be first delivered without helium tanks (bare) for the cold RF test and first-stage manufacturing acceptance. The cavities will be returned to the Contractor for jacketing, then delivered to UKRI-STFC for the cold RF test and final-stage manufacturing acceptance. The 18 series cavities are to be delivered to UKRI-STFC jacketed and ready for the cold test.

The Contractor must furnish all required labour, materials, tooling, and equipment other than those explicitly listed to be supplied by UKRI-STFC (Section 6.1). Prior to the start of the fabrication, the Contractor is to provide detailed manufacturing documentation for UKRI-STFC’s approval. At all stages of manufacture, the Contractor must provide QC documentation of all sub-components and parts, their preparation and any testing performed to ensure manufacturing compliance to specification. The goods are to be covered by a full manufacturing warranty for 24 months from the date of delivery to UKRI-STFC premises, or partner.
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: 4,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 04/07/2022 / End: 03/07/2024
This contract is subject to renewal: Yes
Description of renewals: 12 month extension period

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/32WE3V3P2P


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: 08/06/2022 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): 3

IV.2.7) Conditions for opening of tenders:
Date: 08/06/2022
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 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Linear-accelerators./32WE3V3P2P

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/32WE3V3P2P
VI.4) Procedures for review
VI.4.1) Review body:
UK Research and Innovation
Polaris House,, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Email: commercial@ukri.org
Internet address: https://www.ukri.org
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: 29/04/2022

Annex A