UK Shared Business Services is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | FM19142 - UKATC LISA Clean Room Construction |
Notice type: | Contract Notice |
Authority: | UK Shared Business Services |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The UK Astronomy Technology Centre (UKATC) require the refurbishment of an existing lower ground workshop area into a fully functioning cleanroom facility. The new facility will be used to manufacture optical devices which require an ISO 6 cleanroom environment. The devices will be manufactured on the bed of a CMM and stored in a custom storage cabinet. They have a mass which mandates the use of a material handling cart. UK SBS is managing this procurement process in accordance with the Public Contracts Regulations 2015 (as may be amended from time to time) (the “Regulations”) |
Published: | 01/10/2019 14:23 |
View Full Notice
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 1793867005, Email: FMProcurement@uksbs.co.uk
Contact: FMProcurement
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:-Building-construction-work./799EEWYN4E
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: FM19142 - UKATC LISA Clean Room Construction
Reference Number: FM19142
II.1.2) Main CPV Code:
45210000 - Building construction work.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The UK Astronomy Technology Centre (UKATC) require the refurbishment of an existing lower ground workshop area into a fully functioning cleanroom facility.
The new facility will be used to manufacture optical devices which require an ISO 6 cleanroom environment. The devices will be manufactured on the bed of a CMM and stored in a custom storage cabinet. They have a mass which mandates the use of a material handling cart.
UK SBS is managing this procurement process in accordance with the Public Contracts Regulations 2015 (as may be amended from time to time) (the “Regulations”)
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:
44112000 - Miscellaneous building structures.
45400000 - Building completion work.
45210000 - Building construction work.
II.2.3) Place of performance:
UKM75 Edinburgh, City of
II.2.4) Description of procurement: The UK Astronomy Technology Centre (UKATC) require the refurbishment of an existing lower ground workshop area into a fully functioning cleanroom facility.
The new facility will be used to manufacture optical devices which require an ISO 6 cleanroom environment. The devices will be manufactured on the bed of a CMM and stored in a custom storage cabinet. They have a mass which mandates the use of a material handling cart.
This performance specification and related drawings and documents provides the base information to enable a cleanroom design and build specialist to submit a competitive tender for the new cleanroom work.
The Cleanroom Contractor shall be the Main Contractor and shall be referred to as the Cleanroom Contractor within this document. This Specification and any scheme design drawings describe the minimum requirements for the proposed development.
The Cleanroom Contractor shall include sufficient allowances in their tender to complete the design (taking on full design responsibility within their tender) and provide a fully operating installation that will meet the UKATC’s requirements, as outlined in the Client Specification. The project must be undertaken with a full-time site and project manager to oversee the installation and manage health and safety to comply with CDM regulations.
Specific elements of materials & workmanship relating to the cleanroom design are stated within the client specification .The specification and associated design documentation should be read in conjunction with the UKATC tender documentation and Site Standards.
The drawings accompanying this specification illustrate the intended layout and design of the required cleanroom. They are not detailed design schematics, and the information provided is design intent and any bidding party will have been deemed to have made their own checks and assessments.
***Full details of the specification for the requirement can be found within Appendix B - Client Outline Specification***
All submissions will be assessed in accordance with the Public Contracts Regulations 2015.
The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the procurement; and in no circumstances, will the Contracting Authority be liable for any costs incurred by any Supplier.
If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Bidders.
See Section I.3 for access to procurement documentation
The Contracting Authority shall utilise the Delta eSourcing Procurement Tool available at www.uksbs.delta-esourcing.co.uk to conduct this procurement. All enquiries with respect to problems or functionality within the tool may be submitted to Delta eSourcing on 0845 270 7050. Please utilise the messaging system within the e-sourcing tool at the above link. Please note this is a free self-registration website and this can be done by completing the online questionnaire at www.uksbs.delta-esourcing.co.uk.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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:
Start: 17/12/2019 / End: 19/06/2020
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://www.delta-esourcing.com/respond/799EEWYN4E
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.2.1) 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: No
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: 13/11/2019 Time: 10:00
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: 13/11/2019
Time: 11:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Building-construction-work./799EEWYN4E
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/799EEWYN4E
VI.4) Procedures for review
VI.4.1) Review body:
UK Shared Business Services
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 1793867005, Email: policy@uksbs.co.uk
Internet address: www.uksbs.co.uk
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:
UK Shared Business Services
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 1793867005, Email: policy@uksbs.co.uk
Internet address: www.uksbs.co.uk
VI.5) Date Of Dispatch Of This Notice: 01/10/2019
Annex A