UK-Swindon: Analysers.

UK-Swindon: Analysers.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
https://www.ukri.org/, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 7563420665, Email: Elizabeth.Gage@ukri.org
Contact: Elizabeth Gage
Main Address: https://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: 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-2988 Vector Network Analyser - For the Superconducting Circuit Team
Reference Number: UKRI-2988
II.1.2) Main CPV Code:
38434000 - Analysers.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The UK’s National Quantum Computing Centre aims at building quantum computers which will be made available to end users. Among others, one of the hardware platforms we are developing is based on Superconducting (SC) quantum bits (qubits), which form part of a superconducting quantum state circuit. Superconducting circuits are macroscopic in size and individually form a quantum state, but have quantum properties based upon quantized energy levels, superposition of states, and quantum entanglement, all of which are more commonly associated with atoms.
II.1.5) Estimated total value:
Value excluding VAT: 440,000
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 National Quantum Computing Centre seeks to enhance the UK’s global leadership in quantum computing, to help translate UK research strengths into innovation, and enable the creation of the first generation of quantum computers, helping to build a resilient future economy.
The NQCC is the first UKRI Centre funded directly by UKRI, and is dedicated to accelerating the development of quantum computing by addressing the challenges of scaling – technological and user adoption. The NQCC delivers quantum computing for the UK National Quantum Technologies Programme (NQTP), which has already established the UK as a quantum technology global leader. Through its combined £1bn of public and private sector investment over 10 years (2014-2024), the programme will develop and deliver quantum technologies across the areas of sensing, timing, imaging, communications and computing.
The NQCC is pursuing two primary platforms of quantum computing, one based on superconductors and one based on trapped ions, as these are currently the most mature.
This tender will involve the purchase of at least two and up to four Vector Network Analysers (VNAs) for the NQCC.
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: 440,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
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: Not provided


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: 04/05/2023 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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 04/05/2023
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 Yes
Electronic payment will be used Yes
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Analysers./ZB574BP575

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/ZB574BP575
VI.4) Procedures for review
VI.4.1) Review body:
UK Research and Innovation
Polaris House, North Star Avenue, 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: 21/03/2023

Annex A