Skip to main content.

UK Research & Innovation: UKRI-1117 - Chilbolton Observatory Raman Lidar

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

Notice Summary
Title: UKRI-1117 - Chilbolton Observatory Raman Lidar
Notice type: Contract Notice
Authority: UK Research & Innovation
Nature of contract: Supplies
Procedure: Open
Short Description: The Science and Technology Facilities Council, part of UK Research and Innovation are seeking proposals from suppliers for an atmospheric Raman lidar system for installation at STFC Chilbolton Observatory.
Published: 26/08/2021 11:38
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: Lasers.
Section I: Contracting Authority
      I.1) Name and addresses
             UK Research & Innovation
             Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
             Tel. +44 1793442000, Email: stfcprocurement@ukri.org
             Contact: STFC Procurement
             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: No.
      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:-Lasers./295242HVC4
      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-1117 - Chilbolton Observatory Raman Lidar       
      Reference Number: UKRI-1117
      II.1.2) Main CPV Code:
      38636100 - Lasers.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: The Science and Technology Facilities Council, part of UK Research and Innovation are seeking proposals from suppliers for an atmospheric Raman lidar system for installation at STFC Chilbolton Observatory.       
      II.1.5) Estimated total value:
      Value excluding VAT: 300,000       
      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:
      UKJ3 Hampshire and Isle of Wight
      
      II.2.4) Description of procurement: STFC wish to procure an atmospheric Raman lidar system for installation at STFC Chilbolton Observatory. The system should have the following features, which are expanded further in subsequent sections:

1. It should be housed in a customised standard 20 foot ISO container with climate control. The container must be weatherproof and lightproof, except for the windows designed for laser beam transmission. It must be IP66 compliant.
2. It must have a design transmitting at a minimum, a single wavelength of 355 nm and recording elastic and inelastic (Raman-scattered at 387 nm) backscattering coefficient, and linear depolarisation ratio.
3. It must meet ACTRIS (Aerosols, Clouds, and Trace gases Research Infrastructure) requirements for a single wavelength system.
4. The instrument and container must be designed in such a way that it is straightforward to upgrade to transmit 532 nm and 1064 nm for the measurement of elastic and inelastic (Raman) backscattering coefficient and linear depolarisation ratio and to measure water vapour profiles using the 355nm beam without major modifications to the structure. It is anticipated that the measurement of linear depolarisation ratio at 1064 nm will require the use of a 2nd laser in order to ensure sufficient polarisation purity, and possibly a 2nd receiver. There should therefore be adequate space in the current design to allow this upgrade, unless a method not requiring this extra hardware is proposed and justified.
5. Full overlap of transmitted beam and receiver field of view must be achieved no higher than 300 metres with the capability to add lower range observations at a future date. This may require there to be sufficient space to accommodate the additional hardware (such as telescope, receiver optics, detectors).
6. Start-of-operation setup and ongoing alignment procedures must be automated as far as possible.
7. It should be reliable for routine operation.

Full details can be found within the supporting appendices on the Delta e-Sourcing system.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 60
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 300,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 9       
      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/295242HVC4       


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: 05/10/2021 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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 05/10/2021
         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 No       
   Electronic payment will be used No       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Lasers./295242HVC4

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/295242HVC4
   VI.4) Procedures for review
   VI.4.1) Review body:
             UK Research and Innovation
       Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 26/08/2021

Annex A


View any Notice Addenda

View Award Notice

UK-Swindon: Lasers.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       UK Research & Innovation
       Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
       Tel. +44 1793442000, Email: stfcprocurement@ukri.org
       Contact: STFC Procurement
       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: No

   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-1117 - Chilbolton Observatory Raman Lidar            
      Reference number: UKRI-1117

      II.1.2) Main CPV code:
         38636100 - Lasers.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: The Science and Technology Facilities Council, part of UK Research and Innovation are seeking proposals from suppliers for an atmospheric Raman lidar system for installation at STFC Chilbolton Observatory.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 314,700
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKJ3 - Hampshire and Isle of Wight
   
      Main site or place of performance:
      Hampshire and Isle of Wight
             

      II.2.4) Description of the procurement: STFC wish to procure an atmospheric Raman lidar system for installation at STFC Chilbolton Observatory. The system should have the following features, which are expanded further in subsequent sections:

1. It should be housed in a customised standard 20 foot ISO container with climate control. The container must be weatherproof and lightproof, except for the windows designed for laser beam transmission. It must be IP66 compliant.
2. It must have a design transmitting at a minimum, a single wavelength of 355 nm and recording elastic and inelastic (Raman-scattered at 387 nm) backscattering coefficient, and linear depolarisation ratio.
3. It must meet ACTRIS (Aerosols, Clouds, and Trace gases Research Infrastructure) requirements for a single wavelength system.
4. The instrument and container must be designed in such a way that it is straightforward to upgrade to transmit 532 nm and 1064 nm for the measurement of elastic and inelastic (Raman) backscattering coefficient and linear depolarisation ratio and to measure water vapour profiles using the 355nm beam without major modifications to the structure. It is anticipated that the measurement of linear depolarisation ratio at 1064 nm will require the use of a 2nd laser in order to ensure sufficient polarisation purity, and possibly a 2nd receiver. There should therefore be adequate space in the current design to allow this upgrade, unless a method not requiring this extra hardware is proposed and justified.
5. Full overlap of transmitted beam and receiver field of view must be achieved no higher than 300 metres with the capability to add lower range observations at a future date. This may require there to be sufficient space to accommodate the additional hardware (such as telescope, receiver optics, detectors).
6. Start-of-operation setup and ongoing alignment procedures must be automated as far as possible.
7. It should be reliable for routine operation.

Full details can be found within the supporting appendices on the Delta e-Sourcing system.

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

      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/295242HVC4


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 000-021146
      
   

   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-1117    
   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: 05/11/2021

      V.2.2) Information about tenders
         Number of tenders received: 1
         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)
             Raymetrics SA, N/A
             Spartis 32 and Filikis Eterias, Metamorfosis-Athens, GR14452, Greece
             NUTS Code: UKJ3
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 314,700          
         Total value of the contract/lot: 314,700
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=642804026

   VI.4) Procedures for review

      VI.4.1) Review body
          UK Research and Innovation
          Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom

      VI.4.3) 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: 11/11/2021