UK-Swindon: Mirrors.

UK-Swindon: Mirrors.
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 1235446100, Email: commercial@ukri.org
Main Address: https://www.ukri.org
NUTS Code: UKJ1
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:-Mirrors./6C6U7NK84Q
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-2270 Rectangular 150mm x 100mm Broadband Mirrors for the EPAC High Energy Amplifier
Reference Number: UKRI-2270
II.1.2) Main CPV Code:
38622000 - Mirrors.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: UKRI wishes to establish a contract for the supply of large aperture, rectangular mirrors with broadband (BB) coatings. These will form an integral part of the multi-pass beam propagation and diagnostic systems for use with the high energy titanium-sapphire amplifier system being built as part of the Extreme Photonics Applications Centre (EPAC).
II.1.5) Estimated total value:
Value excluding VAT: 190,000
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:
UKJ1 Berkshire, Buckinghamshire and Oxfordshire

II.2.4) Description of procurement: Proposals are sought by the Science and Technology Facilities Council (STFC) for the supply of large aperture, rectangular mirrors with broadband (BB) coatings. These will form an integral part of the multi-pass beam propagation and diagnostic systems for use with the high energy titanium-sapphire amplifier system being built as part of the EPAC Project.

The minimum scope of the contract is for the manufacture, polishing, coating, optical testing, certification and delivery of the mirrors to STFC Rutherford Appleton Laboratory, UK. All technical and quality requirements described in the accompanying technical specification sheets apply to the finished goods.
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: 190,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 30/09/2022 / End: 29/09/2026
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: The Supplier shall provide a price for the supply of spare mirrors in addition to the minimum quantity of each mirror type.

STFC wish to retain the option to buy a further set (or sub-set) of each mirror type at some point during the next four years. The Supplier shall provide a fixed price for the supply of a second full set of each mirror type, and a price to purchase a single mirror of each type within the following fixed periods after contract start:
1. Within 12 months
2. Within 24 months
3. Within 36 months
4. Within 48 months
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/6C6U7NK84Q


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: 07/09/2022 Time: 17:00

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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 07/09/2022
Time: 17:00


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:-Mirrors./6C6U7NK84Q

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/6C6U7NK84Q
VI.4) Procedures for review
VI.4.1) Review body:
N/A
N/A, 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: 03/08/2022

Annex A