Skip to main content.

UK Research & Innovation: The Provision Of 128 DUNE APA Stainless Steel Frames

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

Notice Summary
Title: The Provision Of 128 DUNE APA Stainless Steel Frames
Notice type: Contract Notice
Authority: UK Research & Innovation
Nature of contract: Supplies
Procedure: Open
Short Description: The DUNE Anode Plane Assemblies (APAs) will form the major part of the DUNE far site detector. We are finishing the prototype APAs for installation in a cryostat at CERN and preparing for the full production run of up to 128 APAs. The APAs are composed of large stainless steel metal frames and made of thousands of turns of wire, roughly 24 kilometres for each APA. It’s an engineering challenge to wind the wire around the frames and build the wire chambers. A fully assembled frame is expected ‘in spec’ with all the associated documents or ‘doc pack’ including material certificates, ITP (Inspection Test plan), mechanical inspections, NDT (Non-Destructive Testing) etc. Full qualification (inspection) by ourselves will be needed in the first batch of two frames. This will include visual inspection, an inspection of holes and machined parts and welding quality. The company will allow us access to do these qualification checks.
Published: 01/11/2021 14:08
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: Frames.
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: https://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:-Frames./87X6H4E99Z
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/U4K28E2366 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: The Provision Of 128 DUNE APA Stainless Steel Frames       
      Reference Number: UKRI-1620
      II.1.2) Main CPV Code:
      44142000 - Frames.
      AA11-1 - Steel

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: The DUNE Anode Plane Assemblies (APAs) will form the major part of the DUNE far site detector. We are finishing the prototype APAs for installation in a cryostat at CERN and preparing for the full production run of up to 128 APAs. The APAs are composed of large stainless steel metal frames and made of thousands of turns of wire, roughly 24 kilometres for each APA. It’s an engineering challenge to wind the wire around the frames and build the wire chambers.

A fully assembled frame is expected ‘in spec’ with all the associated documents or ‘doc pack’ including material certificates, ITP (Inspection Test plan), mechanical inspections, NDT (Non-Destructive Testing) etc.

Full qualification (inspection) by ourselves will be needed in the first batch of two frames. This will include visual inspection, an inspection of holes and machined parts and welding quality. The company will allow us access to do these qualification checks.       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      44142000 - Frames.
      AA11-1 - Steel
      45262680 - Welding.
      
      II.2.3) Place of performance:
      UKD61 Warrington
      
      II.2.4) Description of procurement: Your company will be asked to manufacture up to 128 APA frames by October 2025. The first two APA frames should be assembled, inspected and shipped to Daresbury by 31st January 2022, the following 6 to be delivered on 28th March, and from then on, 6 frames every 9 weeks.

During manufacture, time will be needed to visit the sub-contract companies (if used) and yourselves to carry out inspections. In addition, around half a day per frame will be required to measure the flatness of each frame with our laser tracking system, which is shown in the attached document “8760doc055 Frame planarity testing”. Finally, Crane operators and riggers will be needed to fix the APA frame in landscape mode, as shown.

Downtime periods of up to two months might be needed. In such a case, the delivery dates for the subsequent batches of frames will be moved by the required time.

Each APA frame will have 5 years warranty on the complete assembly.

The manufacturer will provide monthly status reports on parts procurement, staffing and manufacture of the frames. When relevant, the report should include the status of the manufacturer’s subcontractors.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 90
                        
            Cost criterion - Name: Price / Weighting: 10
                              
      II.2.6) Estimated value:
      Value excluding VAT: 2,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 04/01/2022 / End: 31/10/2025       
      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: To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/87X6H4E99Z       


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          
      Selection criteria as stated in the procurement documents       
      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    
      Selection criteria as stated in the procurement documents
      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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 02/12/2021 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: 02/12/2021
         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:-Frames./87X6H4E99Z

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/87X6H4E99Z
   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
   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: 01/11/2021

Annex A


View any Notice Addenda

View Award Notice

UK-Swindon: Frames.

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: https://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: The Provision Of 128 DUNE APA Stainless Steel Frames            
      Reference number: UKRI-1620

      II.1.2) Main CPV code:
         44142000 - Frames.
            AA11-1 - Steel


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: The DUNE Anode Plane Assemblies (APAs) will form the major part of the DUNE far site detector. We are finishing the prototype APAs for installation in a cryostat at CERN and preparing for the full production run of up to 128 APAs. The APAs are composed of large stainless steel metal frames and made of thousands of turns of wire, roughly 24 kilometres for each APA. It’s an engineering challenge to wind the wire around the frames and build the wire chambers.

A fully assembled frame is expected ‘in spec’ with all the associated documents or ‘doc pack’ including material certificates, ITP (Inspection Test plan), mechanical inspections, NDT (Non-Destructive Testing) etc.

Full qualification (inspection) by ourselves will be needed in the first batch of two frames. This will include visual inspection, an inspection of holes and machined parts and welding quality. The company will allow us access to do these qualification checks.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,500,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            44142000 - Frames.
               AA11-1 - Steel
            45262680 - Welding.


      II.2.3) Place of performance
      Nuts code:
      UKD61 - Warrington
   
      Main site or place of performance:
      Warrington
             

      II.2.4) Description of the procurement: Your company will be asked to manufacture up to 128 APA frames by October 2025. The first two APA frames should be assembled, inspected and shipped to Daresbury by 31st January 2022, the following 6 to be delivered on 28th March, and from then on, 6 frames every 9 weeks.

During manufacture, time will be needed to visit the sub-contract companies (if used) and yourselves to carry out inspections. In addition, around half a day per frame will be required to measure the flatness of each frame with our laser tracking system, which is shown in the attached document “8760doc055 Frame planarity testing”. Finally, Crane operators and riggers will be needed to fix the APA frame in landscape mode, as shown.

Downtime periods of up to two months might be needed. In such a case, the delivery dates for the subsequent batches of frames will be moved by the required time.

Each APA frame will have 5 years warranty on the complete assembly.

The manufacturer will provide monthly status reports on parts procurement, staffing and manufacture of the frames. When relevant, the report should include the status of the manufacturer’s subcontractors.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 90
                  
      Cost criterion - Name: Price / Weighting: 10
            

      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: To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/87X6H4E99Z


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: 2021/S 000-027345
      
   

   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: 10/01/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         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)
             Durham Sheet Metal Works Ltd,, 00543544
             Progress House, Templetown,, South Shields, NE33 5TE, United Kingdom
             NUTS Code: UKC22
            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: 2,497,244
         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=657457568

   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

      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: 14/01/2022