UK-Swindon: Radiation monitors.

UK-Swindon: Radiation monitors.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
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: Yes

I.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Other activity: Government funded research

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: UKRI-1967 SWIMMR S1 Trusted Aviation Monitors
Reference number: UKRI-1967

II.1.2) Main CPV code:
38341600 - Radiation monitors.


II.1.3) Type of contract: SUPPLIES

II.1.4) Short description: SWIMMR is a four-year programme under UKRI SPF Wave 2 to develop and deploy new instruments and models to support the UK space weather community and national capabilities in MOSWOC. It directly addresses priorities identified by BEIS, MoD and DfT. It is aimed at improving forecasting predictions and establishing a legacy of enhanced operational capabilities.

The purpose of this particular procurement, which is just one part of SWIMMR, is to define the work required from a Supplier to provide Radiation Monitoring units for use in Aircraft and Balloons and associated operations support activities.
The scope is limited to the 3 main parts: Development State of Work, Operations Support and Technical Specification.

UKRI, the Contracting Authority, is looking to procure the requirements as laid out in the tender documentation held in the stated e-Sourcing portal.

https://www.ukri.org/about-us/procurement-contract-transparency-data/

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 718,000

Currency:GBP

II.2) Description

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

II.2.3) Place of performance
Nuts code:
UKJ14 - Oxfordshire

Main site or place of performance:
Oxfordshire


II.2.4) Description of the procurement: Potential Bidders review the tender documentation for the full scope of work and requirements, these are held within the Delta eSourcing portal referenced within this notice.

The estimated value of the opportunity is: £255,000.00 to £340,000.00 GBP excluding VAT, (Firm Fixed Price) for the core requirement. The optional purchases are estimated at £300,000.00 to 410,000.00 GBP excluding VAT. Therefore, a maximum potential spend of up to £750,000.00 GBP excluding VAT may be placed through this contract.

There is a price cap for the core requirement, therefore bids cannot exceed £340,000.00 GBP excluding VAT. Bids received that exceed this value shall be deemed non-compliant and shall not be considered. This cap value is not including any options that may be purchased and is for the core requirement only.

https://www.ukri.org/about-us/procurement-contract-transparency-data/

II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 82

Cost criterion - Name: Price / Weighting: 18


II.2.11) Information about options
Options: Yes
Description of these options:The contracting authority wish to reserve the right to procure further units as stated in the tender documentation, in the interest of value for money and economies of scale.

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: Open


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
Notice number in the OJEU: 2022/S 000-012296



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: 01/09/2022

V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

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

Contractor (No.1)
University of Surrey, RC000671
Stag Hill, Guildford, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 718,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

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.
To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=719115386

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.4.3) 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: 08/09/2022