UK-Swindon: Fibre-optic apparatus.

UK-Swindon: Fibre-optic apparatus.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
UK Research & Innovation
Polaris House, North Star Avenue, Swindon, SN12 1FL, United Kingdom
Tel. +44 7562167366, Email: kate.richardson@ukri.org
Contact: Kate Richardson
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

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: UKRI-2200 UK Geoenergy Observatory Cheshire Surface Fibre Optic Kit
Reference number: UKRI-2200

II.1.2) Main CPV code:
38621000 - Fibre-optic apparatus.


II.1.3) Type of contract: SUPPLIES

II.1.4) Short description: This is a Contract Award for the provision of fibre optic interrogator boxes and associated equipment on the surface. These instruments are for monitoring seismic and ground temperature profiles with depth and will be used at the UK Geoenergy Observatories field sites in Cheshire. The instruments are attached to downhole fibre optic cables, which will be installed on the outside of the boreholes (and are non-retrievable) at the Cheshire site.

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 258,879.95

Currency:GBP

II.2) Description

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

II.2.3) Place of performance
Nuts code:
UKF14 - Nottingham

Main site or place of performance:
Nottingham


II.2.4) Description of the procurement: This is a Contract Award for the provision of surface fibre optic kit for the UK Geoenergy Observatories (UKGEOS) project. The Contract was awarded following a negotiated procedure without prior publication, in accordance with Regulation 32(2)(b)(ii) of the Public Contract Regulations.

II.2.5) Award criteria:
Quality criterion - Name: Technical / Quality / Weighting: 100

Cost criterion - Name: Criterion 1 / Weighting: 0


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: Not Provided


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below (please complete Annex D1)


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
Not Provided


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: Not Provided
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: 30/05/2022

V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1

V.2.3) Name and address of the contractor

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

Contractor (No.1)
Silixa LTD, 06207412
SILIXA HOUSE, 230 CENTENNIAL PARK,, ELSTREE, BOREHAMWOOD, WD6 3SN, United Kingdom
Tel. +44 2083274210
NUTS Code: UKH23
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 258,879.95
Total value of the contract/lot: 258,879.95
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=694628749

VI.4) Procedures for review

VI.4.1) Review body
UK Research & Innovation
Polaris House, North Star Avenue, Swindon, SN12 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: 31/05/2022




ANNEX D

1. Justification for the choice of the negotiated procedure without prior publication of a call for competition in accordance with Article 32 of Directive 2014/24/EU

No tenders or no suitable tenders/requests to participate in response to: Not Provided

The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the directive (for supplies only): No

The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons

Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive: No

Additional deliveries by the original supplier ordered under the strict conditions stated in the directive: No



Procurement of supplies quoted and purchased on a commodity market: No

Purchase of supplies or services on particularly advantageous terms: No


3. Explanation
Competition is absent for technical reasons.

The equipment must be compatible with existing equipment. A change of supplier would cause technical difficulties in completing installation, and disproportionate technical risk that would be costly and impractical to resolve.