Skip to main content.

UK Research & Innovation: UKRI-2814 Optical System Design and Analysis Services

  UK Research & Innovation has published this notice through Delta eSourcing

Notice Summary
Title: UKRI-2814 Optical System Design and Analysis Services
Notice type: Contract Notice
Authority: UK Research & Innovation
Nature of contract: Services
Procedure: Open
Short Description: The Central Laser Facility (CLF) at the STFC Rutherford Appleton Laboratory is one of the world’s leading laser facilities providing scientists from the UK and Europe with an unparalleled range of state of the art technology. CLF is a partnership between its staff and the large number of members of UK and European universities who use the specialised laser equipment provided to carry out a broad range of experiments in physics, chemistry and biology. The Supplier(s) will predominantly provide engineering resources, to undertake design and development work. For design activities, where appropriate, the Supplier(s) may also be asked to provide risk assessments and method statements supporting their designs through to installation and commissioning. These works, where appropriate, will be undertaken within the Construction Design and Management regulations under which the duty of "designer" will be fulfilled by the Supplier(s).
Published: 14/09/2023 17:03

View Full Notice

UK-Swindon: Engineering design services.
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://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-2814 Optical System Design and Analysis Services       
      Reference Number: UKRI-2814
      II.1.2) Main CPV Code:
      71320000 - Engineering design services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Central Laser Facility (CLF) at the STFC Rutherford Appleton Laboratory is one of the world’s leading laser facilities providing scientists from the UK and Europe with an unparalleled range of state of the art technology. CLF is a partnership between its staff and the large number of members of UK and European universities who use the specialised laser equipment provided to carry out a broad range of experiments in physics, chemistry and biology.

The Supplier(s) will predominantly provide engineering resources, to undertake design and development work. For design activities, where appropriate, the Supplier(s) may also be asked to provide risk assessments and method statements supporting their designs through to installation and commissioning. These works, where appropriate, will be undertaken within the Construction Design and Management regulations under which the duty of "designer" will be fulfilled by the Supplier(s).       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1 - Electrical Building Services       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71320000 - Engineering design services.
      
      II.2.3) Place of performance:
      UKJ14 Oxfordshire
      
      II.2.4) Description of procurement: A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 1 - Electrical building services
Activities required;
Building services electrical single and 3 phase low voltage distribution.
Cable routing and support
Cat 6 cabling and network design
Compliance and Understanding of BS 7671

Key Software - AutoCAD Electrical, EPLAN, Vault

Deliverables:
2D Autocad drawings (in native format so compatible with Vault database).
Cable routing, type and termination to electrical panels
Cable Identification (ID),
Bill of Materials (BOM) for Cable support and containment

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/8P4V6ZR748

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.
      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: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2 Electrical Interlocks - Laser Systems       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71300000 - Engineering services.
      
      II.2.3) Place of performance:
      UKJ14 Oxfordshire
      
      II.2.4) Description of procurement: A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 2 - Electrical Interlocks - Laser Systems
Activities required:
Interlock systems to BS EN 61508 and BS EN 61511
Pilz Safety PLC Systems
Compliance and Understanding of BS 7671

Key Software - Pilz Software PAS4000, PASvisu

Deliverables:
2D Autocad drawings (in native format so compatible with Vault database).
Safety Assessments including but not limited to Safety Integrity Level (SIL) rating
Software (in native format)

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/54ZBEPB55E

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.
      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: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 3 Electrical Service - High Voltage Systems       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71300000 - Engineering services.
      
      II.2.3) Place of performance:
      UKJ14 Oxfordshire
      
      II.2.4) Description of procurement: A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 3 - Electrical Service - High Voltage Systems
Activities Required:
High voltage DC pulsed power supply systems (capacitor based) up to 22kV
Electromagnet power supplies
Compliance and Understanding of BS 7671

Key Software
AutoCAD Electrical, EPLAN, Vault

Deliverables:
2D Autocad drawings (in native format so compatible with Vault database).
Safety Assessments and Design Mitigations
Requirements and Specification Documentation

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/8SR2RDTX68

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.
      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: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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       
II.2) Description Lot No. 4
      
      II.2.1) Title: Lot 4 Electrical Service - PLC       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      71300000 - Engineering services.
      
      II.2.3) Place of performance:
      UKJ14 Oxfordshire
      
      II.2.4) Description of procurement: A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 4 - Electrical Service - PLC
Activities required:
SCADA
PLCs, Specifically Siemens S7 series

Key Software
Autosave, TIA Portal, Vault

Deliverables:
2D Autocad drawings (in native format so compatible with Vault database).
PLC code to IEC 61131-3

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/XV7W3ST2FR

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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       
II.2) Description Lot No. 5
      
      II.2.1) Title: Lot 5 Analysis       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      71300000 - Engineering services.
      
      II.2.3) Place of performance:
      UKJ14 Oxfordshire
      
      II.2.4) Description of procurement: A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 5 - Analysis
Activities required
Computational Fluid Dynamics Modelling
Finite Element Analysis - Heat Transfer Modelling
Dynamic Modal Analysis
Finite Element Analysis - Static Structural
Design by Analysis in accordance with Pressure Equipment Directive PED (and BS:EN13345)
General Finite Element Analysis
Design of passive and active cooling systems
Design of LN2 cryostat cooling systems

Key Software
Ansys

Deliverables:
Design and Analysis Reports and Presentations
Ansys models (including all boundary condition, mesh and result data)
Supporting Empirical calculations
Design recommendations (provided to CLF for modelling and detail design)
Process & Instrumentation Diagrams
3D CAD models in step format
2D General Assembly and manufacturing drawings

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/347NU69464

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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       
II.2) Description Lot No. 6
      
      II.2.1) Title: Lot 6 Mechanical Building Services - Water       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      71300000 - Engineering services.
      
      II.2.3) Place of performance:
      UKJ14 Oxfordshire
      
      II.2.4) Description of procurement: A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 6 - Mechanical Building Services - Water
Activities required:
Building services engineering for water systems
Chilled water systems, primary and secondary

Key Software
Preferably Solid Edge linked to Teamcentre

Deliverables:
3D CAD models preferably in native Solid Edge format (to be compatible with assemblies and Teamcentre database). A concession may be made for this Lot to software more commonly used in industry (e.g. Revit) as long as data can be transferred in solid body form to step file to be added to the Solid Edge models.
Installation Drawings
Installation Instructions, including Risk Assessments and Method Statements (RAMS)
Integration with existing building water service management system
Flow and thermal calculations
Safety Assessments

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/8336H6T9U2

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.
      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: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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       
II.2) Description Lot No. 7
      
      II.2.1) Title: Lot 7 Mechanical Building Services - Gas       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      71300000 - Engineering services.
      
      II.2.3) Place of performance:
      UKJ14 Oxfordshire
      
      II.2.4) Description of procurement: A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 7 - Mechanical Building Services - Gas
Activities required:
Compressed air systems
High pressure gas delivery systems to 350bar(g)
Compressed nitrogen gas systems
Exhaust Systems
Compressed oxygen delivery systems

Key Software
Preferably Solid Edge linked to Teamcentre

Deliverables:
3D CAD models preferably in native Solid Edge format (to be compatible with assemblies and Teamcentre database). A concession may be made for this Lot to software more commonly used in industry (e.g. Revit) as long as data can be transferred in solid body form to step file to be added to the Solid Edge models.
Installation Drawings
Installation and Commissioning Instructions, including Risk Assessments and Method Statements (RAMS)
Pressure and Flow Calculations
Safety Assessments and compliance with Pressure System Safety Regulations (PSSR).

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/8TS2E327GE

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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       
II.2) Description Lot No. 8
      
      II.2.1) Title: Lot 8 Mechanical Building Services - Vacuum       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      71300000 - Engineering services.
      
      II.2.3) Place of performance:
      UKJ14 Oxfordshire
      
      II.2.4) Description of procurement: A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 8 - Mechanical Building Services - Vacuum
Activities required:
Roughing vacuum systems (comprising of CF seals)
High vacuum pipework systems (turbo, backing systems and pipework)

Key Software
Preferably Solid Edge linked to Teamcentre

Deliverables:
3D CAD models in native Solid Edge format (to be compatible with assemblies and Teamcentre database)
Manufacturing Drawings in native Solid Edge format (to be compatible with assemblies and Teamcentre database)
Fabrication Drawings in native Solid Edge format (to be compatible with assemblies and Teamcentre database)
Manufacturing specifications (to CLF template)

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/JAPQ962377

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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       
II.2) Description Lot No. 9
      
      II.2.1) Title: Lot 9 Ballistic Shield and Chambers       
      Lot No: 9       
      II.2.2) Additional CPV codes:
      71300000 - Engineering services.
      
      II.2.3) Place of performance:
      UKJ14 Oxfordshire
      
      II.2.4) Description of procurement: A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 9 - Ballistic shield and chambers
Activities required:
Analysis to determine stored energy in pressure systems and potential energy of fragments/windows in pressure boundary
Analysis to determine minimum shield thickness
Analysis to determine potential acoustic hazard presented by release of stored energy

Key Software
Ansys, empirical calculation, other

Deliverables:
Design and Analysis Reports and Presentations
Ansys models (including all boundary conditions, mesh and result data)
Design recommendations (provided to CLF for modelling and detail design)

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/456J47CN6C

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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       
II.2) Description Lot No. 10
      
      II.2.1) Title: Lot 10 Data Acquisition Systems       
      Lot No: 10       
      II.2.2) Additional CPV codes:
      71300000 - Engineering services.
      
      II.2.3) Place of performance:
      UKJ14 Oxfordshire
      
      II.2.4) Description of procurement: A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 10 - Data Acquisition Systems
We require development of data management and control systems for high throughput data (GB/s) generated by high power lasers running at 10Hz. For this, we need:

Data Acquisition Systems (DAQ) for high throughput scientific data (software/platforms; EPICS, AreaDetector, Apache Kafka, Python, FlatBuffers)
Data Management Software Development for high data volumes (Apache Kafka, Python, HDF5, NeXus)
Experiment Specification and Orchestration system (BlueSky)
Data visualisation systems (Javascript, React framework, Grafana or similar data visualisation tool)
Experiment control front-end/GUI (React, or Blazor)

Deliverables:
Software program that meets the requirement specification
User guide and other documentation
Code quality and maintainability
Testing (as required)

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/G6P6M778C4

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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       
II.2) Description Lot No. 11
      
      II.2.1) Title: Lot 11 Software Training       
      Lot No: 11       
      II.2.2) Additional CPV codes:
      71300000 - Engineering services.
      
      II.2.3) Place of performance:
      UKJ14 Oxfordshire
      
      II.2.4) Description of procurement: A Maximum of one supplier will be awarded a place on this Lot within this framework. The maximum value for the requirement, across all Lots is: £4,000,000.00 GBP excl VAT across the potential 4 year duration. Please note that there is no guaranteed spend or volume of orders against each Lot. Each Contract will be on a call-off basis. When the UKRI have a requirement to place a call-off order under a specific Lot, they shall request a quote from the awarded Supplier of the relevant Lot. UKRI shall review the quote and may place an individual order, however, UKRI reserve the right not to proceed to order at their discretion.

Lot 11 - Software Training
Training topics required:
Experimental Physics and Industrial Control System (EPICS)
Agile Software Development
Apache Kafka
C# - Dotnet Blazor

Deliverables:
On-site training sessions
Virtual training) sessions
Training Materials and Documentation

Please see the tender documentation for the full requirement. To access the documents and Bid for this specific Lot please visit; https://ukri.delta-esourcing.com/respond/J9R89534M2

Please note that there are separate links in order to bid for the different Lots on this framework. Bidders can bid for as many Lots as they wish.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      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: 2023/S 000 - 003484       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 23/10/2023 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: 23/10/2023
         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.
To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=803057570
   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: 14/09/2023

Annex A


View any Notice Addenda

UK-Swindon: Engineering design services.

Section I: Contracting authority/entity (as stated in the original notice)

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

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: UKRI-2814 Optical System Design and Analysis Services      Reference number: UKRI-2814      
   II.1.2) Main CPV code:
      71320000 - Engineering design services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: The Central Laser Facility (CLF) at the STFC Rutherford Appleton Laboratory is one of the world’s leading laser facilities providing scientists from the UK and Europe with an unparalleled range of state of the art technology. CLF is a partnership between its staff and the large number of members of UK and European universities who use the specialised laser equipment provided to carry out a broad range of experiments in physics, chemistry and biology.

The Supplier(s) will predominantly provide engineering resources, to undertake design and development work. For design activities, where appropriate, the Supplier(s) may also be asked to provide risk assessments and method statements supporting their designs through to installation and commissioning. These works, where appropriate, will be undertaken within the Construction Design and Management regulations under which the duty of "designer" will be fulfilled by the Supplier(s).

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 04/10/2023

VI.6) Original notice reference:

   Notice Reference:    2023 - 609150   
   Notice number in OJ S:    2023/S 000 - 027263
   Date of dispatch of the original notice: 14/09/2023

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2.2)          
         Place of text to be modified: Time limit for receipt of tenders or requests to participate          
         Instead of:
         Date: 23/10/2023         
         Local Time: 14:00          
         Read:
         Date: 14/11/2023         
         Local Time: 14:00                   
      
      VII.1.2) Text to be corrected in original notice No: 2
                                    
         Section Number: IV.2.7)          
         Place of text to be modified: Conditions for opening of tenders          
         Instead of:
         Date: 23/10/2023         
         Local Time: 14:00          
         Read:
         Date: 14/11/2023         
         Local Time: 14:00                   
   
VII.2) Other 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=813750394


View Award Notice