Skip to main content.

UK Research & Innovation: UKRI-2171 Vista to EPICS project

  UK Research & Innovation is using Delta eSourcing to run this tender exercise

Notice Summary
Title: UKRI-2171 Vista to EPICS project
Notice type: Contract Notice
Authority: UK Research & Innovation
Nature of contract: Services
Procedure: Open
Short Description: the provision of technical and engineering services to support the design, implementation and validation of some work packages of the Vista to EPICS project in ISIS Neutron and Muon Source. The support services will be ordered under a framework service contract by means of task orders. Most of the job can be performed at the Contractor premises but some tasks might require for presence at ISIS premises.
Published: 27/05/2022 11:54
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Swindon: Database services.
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 1793442000, Email: commercial@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:-Database-services./ZTD8FJ7428
      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-2171 Vista to EPICS project       
      Reference Number: UKRI-2171
      II.1.2) Main CPV Code:
      72320000 - Database services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: the provision of technical and engineering services to support the design, implementation and validation of some work packages of the Vista to EPICS project in ISIS Neutron and Muon Source. The support services will be ordered under a framework service contract by means of task orders. Most of the job can be performed at the Contractor premises but some tasks might require for presence at ISIS premises.       
      II.1.5) Estimated total value:
      Value excluding VAT: 720,000       
      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: Initial tasks

Move OpenVMS applications to Linux/EPICS. Related to WP-7

The Open VMS servers that host the V-system run many different control applications written in VSI Basic and C. These applications shall be converted into Python and moved to the new Linux servers hosting EPICS.

The first step would be to document each of these software applications. The document shall include a high-level functional description of each application.
Some of these applications are or will be obsolete. The in-house team will use the delivered functional descriptions to identify which of these applications are obsolete and therefore do not need to be moved into the new Linux servers or EPICS.
After this step is done the contractor team will proceed to translate and move the remaining applications from the OpenVMS/Vsystem servers to the Linux/EPICS architecture.

Many of these applications are called from a control screen. A validation process needs to be done to make sure that all the elements in the control chain (screen, application, middleware) are properly linked and operate as expected.
Vsystem specific code includes:

- Readers – input data from controlled hardware, e.g. FINS, Modbus, CPS (internally-developed XML format), etc. Approximately 10 readers, all written in ANSI C.
- Handlers – output data from controlled hardware (same as above). Approximately 10 handlers, all written in ANSI C.
- Applications – either triggered by user action or scheduled. There are a minimum of 346 applications (~125k Lines of Code (LOC)) written in VSI Basic applications, and a further 28 written in C ~2.6k LOC).
- Scripts – a mixture of simple wrappers around other applications, system functionality, and more advanced scripting. There are a minimum of 493 scripts written in DCL (Digital Command Language; the default command line interpreter for OpenVMS systems) (~20k LOC) and a further 26 written in Python (~2k LOC).
- Converters – strictly change engineering units to display units or vice versa, but often used for more complicated purposes internal to Vsystem triggered uses. 25 files (~4.5k LOC) written in Ansi C.
- Vsystem shareable images – overlap with applications above, primarily VSI Basic. These are user generated libraries called by Vsystem, and unlike applications are not runnable separately in a shell.

Validation platform. Related to WP-2, WP-6 and WP-7

Design and build a platform to test and validate the V-system screens that are converted into EPICS, the software applications that are moved from the OpenVMS server into the Linux server and the new middleware interfaces.

This platform will have to check that the EPICS screens are properly linked with the applications in the Linux server and the middleware that conform the rest of the control system. A list of the different types of middleware that we use at ISIS will be given in the TO.

It will also be used to test and validate any new or modified screens, applications and interfaces before these are implemented in the control system.
Apart from the platform itself, a method for the testing and validation of these components as well as a template document for documenting these tests should be given.
      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: 720,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 15/08/2022 / End: 14/08/2023       
      This contract is subject to renewal: Yes       
      Description of renewals: 3+1 3 + 1 year periods from commencement of the Contract. running up to August 2026
      
      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    
         Framework agreement with a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         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: 06/07/2022 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: 06/07/2022
         Time: 14:00
         Place:
         Electronically, via web based portal
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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:-Database-services./ZTD8FJ7428

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/ZTD8FJ7428
   VI.4) Procedures for review
   VI.4.1) Review body:
             UK Research and Innovation
       Polaris House,, North Star Avenue, Swindon, SN2 1FL, United Kingdom
       Email: commercial@ukri.org
       Internet address: https://www.ukri.org
   VI.4.2) Body responsible for mediation procedures:
             UK Research and Innovation
          Polaris House,, North Star Avenue, Swindon, SN2 1FL, United Kingdom
          Email: commercial@ukri.org
   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: 27/05/2022

Annex A


View any Notice Addenda

View Award Notice

UK-Swindon: Database services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       UK Research and Innovation
       Polaris House,, North Star Avenue, Swindon, SN2 1FL, United Kingdom
       Tel. +44 1793442000, Email: commercial@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: Research and innovation

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: UKRI-2171 Vista to EPICS project            
      Reference number: UKRI-2171

      II.1.2) Main CPV code:
         72320000 - Database services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: the provision of technical and engineering services to support the design, implementation and validation of some work packages of the Vista to EPICS project in ISIS Neutron and Muon Source. The support services will be ordered under a framework service contract by means of task orders. Most of the job can be performed at the Contractor premises but some tasks might require for presence at ISIS premises.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 720,000
                  
         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: Initial tasks

Move OpenVMS applications to Linux/EPICS. Related to WP-7

The Open VMS servers that host the V-system run many different control applications written in VSI Basic and C. These applications shall be converted into Python and moved to the new Linux servers hosting EPICS.

The first step would be to document each of these software applications. The document shall include a high-level functional description of each application.
Some of these applications are or will be obsolete. The in-house team will use the delivered functional descriptions to identify which of these applications are obsolete and therefore do not need to be moved into the new Linux servers or EPICS.
After this step is done the contractor team will proceed to translate and move the remaining applications from the OpenVMS/Vsystem servers to the Linux/EPICS architecture.

Many of these applications are called from a control screen. A validation process needs to be done to make sure that all the elements in the control chain (screen, application, middleware) are properly linked and operate as expected.
Vsystem specific code includes:

- Readers – input data from controlled hardware, e.g. FINS, Modbus, CPS (internally-developed XML format), etc. Approximately 10 readers, all written in ANSI C.
- Handlers – output data from controlled hardware (same as above). Approximately 10 handlers, all written in ANSI C.
- Applications – either triggered by user action or scheduled. There are a minimum of 346 applications (~125k Lines of Code (LOC)) written in VSI Basic applications, and a further 28 written in C ~2.6k LOC).
- Scripts – a mixture of simple wrappers around other applications, system functionality, and more advanced scripting. There are a minimum of 493 scripts written in DCL (Digital Command Language; the default command line interpreter for OpenVMS systems) (~20k LOC) and a further 26 written in Python (~2k LOC).
- Converters – strictly change engineering units to display units or vice versa, but often used for more complicated purposes internal to Vsystem triggered uses. 25 files (~4.5k LOC) written in Ansi C.
- Vsystem shareable images – overlap with applications above, primarily VSI Basic. These are user generated libraries called by Vsystem, and unlike applications are not runnable separately in a shell.

Validation platform. Related to WP-2, WP-6 and WP-7

Design and build a platform to test and validate the V-system screens that are converted into EPICS, the software applications that are moved from the OpenVMS server into the Linux server and the new middleware interfaces.

This platform will have to check that the EPICS screens are properly linked with the applications in the Linux server and the middleware that conform the rest of the control system. A list of the different types of middleware that we use at ISIS will be given in the TO.

It will also be used to test and validate any new or modified screens, applications and interfaces before these are implemented in the control system.
Apart from the platform itself, a method for the testing and validation of these components as well as a template document for documenting these tests should be given.

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Price / Weighting: 40
      Cost criterion - Name: Quality / Weighting: 60
            

      II.2.11) Information about options
         Options: 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
         

      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 000-014874
      
   

   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: UKRI-2171    
   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: 02/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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)
             Mobiis Co Ltd, 7158700423
             253 Pangyo ro, Bundang gu, Seongnam, 13486, Korea, Republic Of
             NUTS Code: KR
            The contractor is an SME: Yes

      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: 720,000
         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=714746310

   VI.4) Procedures for review

      VI.4.1) Review body
          UK Research and Innovation
          Polaris House,, North Star Avenue, Swindon, SN2 1FL, United Kingdom
          Email: commercial@ukri.org
          Internet address: https://www.ukri.org

      VI.4.2) Body responsible for mediation procedures
          UK Research and Innovation
          Polaris House,, North Star Avenue, Swindon, SN2 1FL, United Kingdom
          Email: commercial@ukri.org

      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: 17/08/2022