UK-Swindon: Acoustic devices.

UK-Swindon: Acoustic devices.
Section I: Contracting Authority
I.1) Name and addresses
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.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:-Acoustic-devices./34G4AY7H9W
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-2649 NSTF Direct Field Acoustic Noise Facility
Reference Number: UKRI-2649
II.1.2) Main CPV Code:
32342400 - Acoustic devices.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: This procurement describes the activities to be executed and deliverables required by STFC in relation to the definition, supply, and commissioning of a Direct Field Acoustic Noise (DFAN) system. This system will to be used to test satellites and large sub-assemblies in the National Satellite Test Facility. An acoustic test system is required for the NSTF to permit the testing of any spacecraft up to 7000kg and to fit inside a 4.6m fairing to the levels and durations required by all the currently available launch systems. To achieve this, RAL Space intends to purchase a system using the latest commercially available DFAN technology to provide a uniform diffuse sound field to test their customer's satellites and large sub-assemblies. The use of DFAN technology gives the opportunity to reconfigure the system, add capacity when needed, and be open to future control upgrades and more flight representative test methods.

Please refer to the eSourcing link to access all tender documents.
II.1.5) Estimated total value:
Value excluding VAT: 3,900,000
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:
UKJ14 Oxfordshire

II.2.4) Description of procurement: The core requirement is estimated at £2,500,000.00 GBP to £3,300,000.00 GBP (excluding VAT). The options, that UKRI may choose to procure at a later date, are estimated of up to £600,000.00 GBP (excluding VAT), makes the total potential spend via a contract to be up to £3,900,000.00 GBP (excluding VAT).

The price shall include delivery of all applicable hardware (within 12 months), software (within 12 months), software licences (for 5 years) and spares to ensure uninterrupted running of the system (for 5 years).

Unlike the other major NSTF test facilities this system is not permanently installed, and the configuration can be changed to suit each test campaign. Major development of hardware and software is not expected as part of this procurement, so Design Reviews etc. will focus on the configurations proposed, their performance and safe assembly and operation.

The full technical specification for this procurement can be found at the eProcurement Portal link within this notice. It is essential that all the documents are fully read, understood and assessed when considering this opportunity.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 75

Cost criterion - Name: Price / Weighting: 25

II.2.6) Estimated value:
Value excluding VAT: 3,900,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 12
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 options, that UKRI may choose to procure at a later date, are estimated of up to £600,000.00 GBP (excluding VAT).
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2022/S 000 - 017139
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 21/07/2023 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:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 21/07/2023
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 No
Electronic invoicing will be accepted Yes
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:-Acoustic-devices./34G4AY7H9W

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/34G4AY7H9W
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.4.2) 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: 14/06/2023

Annex A