英國採購案 - United Kingdom-Swindon: Geological and geophysical instruments
- 標題:United Kingdom-Swindon: Geological and geophysical instruments
- 採購機關名稱:UK Shared Business Services Limited
- 國別:英國
- 類別:儀器
- 採購產品說明:Geological borehole/well core and sample scanners, software and related equipment
- 標案號碼:2017/S 215-446509
- 資金來源:UK Shared Business Services Limited
- 合約型式:Supply Contract
- 截標日期:13/12/2017 14:00
- 開標日期:13/12/2017 14:00
- 標案金額:Value excluding VAT: 1 300 000.00 GBP
- 連結網站:http://ted.europa.eu/udl?uri=TED:NOTICE:446509-2017:TEXT:EN:HTML&src=0
- 聯絡人資料:
UK Shared Business Services Limited
Polaris House
Swindon
SN2 1FF
United Kingdom
Contact person: Rachel Rose
Telephone: +44 1793867000
E-mail: majorprojects@uksbs.co.uk
www.uksbs.co.uk
https://www.contractsfinder.service.gov.uk/
https://gpsesourcing.cabinetoffice.gov.uk/emptoris
- 請附上採購詳細內容:
United Kingdom-Swindon: Geological and geophysical instruments
2017/S 215-446509
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
UK Shared Business Services Limited
Polaris House
Swindon
SN2 1FF
United Kingdom
Contact person: Rachel Rose
Telephone: +44 1793867000
E-mail: majorprojects@uksbs.co.uk
NUTS code: UK
Internet address(es):
Main address: www.uksbs.co.uk
I.2)Joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.contractsfinder.service.gov.uk/
Additional information can be obtained from another address:
UK Shared Business Services Limited
Polaris House
Swindon
SN2 1FF
United Kingdom
Contact person: Rachel Rose
Telephone: +44 1793786000
E-mail: ExpressionOfInterest@crowncommercial.gov.uk
NUTS code: UK
Internet address(es):
Main address: https://gpsesourcing.cabinetoffice.gov.uk/emptoris
Tenders or requests to participate must be submitted electronically via: https://gpsesourcing.cabinetoffice.gov.uk/emptoris
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Other activity: research
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
UK SBS PR17161 Geological borehole/well core and sample scanners, software and related equipment.
Reference number: UK SBS PR17161
II.1.2)Main CPV code
38200000
II.1.3)Type of contract
Supplies
II.1.4)Short description:
The tender is being conducted on a multi-lot basis for the following lots:
- Multiparameter scanner for measuring a range of basic physical properties.
- High-resolution XRF scanner for determining element concentrations at high spatial resolution and with low detection limits.
- High-throughput XRF scanner for determining element concentrations when several metre length sticks of core can be loaded.
- One hand held XRF scanner, with option for a second.
- X-RAY CT for 2 and 3D imaging of the core to visualise internal structural details.
- CT visualisation software.
II.1.5)Estimated total value
Value excluding VAT: 1 300 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Multiparameter Scanner
Lot No: 1
II.2.2)Additional CPV code(s)
38520000
38400000
38540000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
Predominantly in the Cheshire and Greater Glasgow and Clyde Valley regions.
II.2.4)Description of the procurement:
This lot is for a non-destructive core scanner to measure consistent and accurate physical properties, which produces digital outputs that are consistent and comparable to industry standard wireline geophysical logging tools. The scanner system will operate by moving the core and an array of physical property sensors relative to each other, in increments in the range 10 — 100 mm down core, and ideally down to 1 mm.
The core scanner must have the ability to collect data at multiple scales down core, relative to a fixed datum, to facilitate high resolution work as well as a generic reconnaissance scanning of the core held by BGS. The scanner will be expected to scan whole round drill core as well as soils and soft sediment inside liners. Minimum disturbance of the core is preferable, so scanners that do not require smooth surfaces (i.e. slabbed core) are strongly preferable.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Optional extension period of 24 months.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
Pricing is requested for additional items including, but not limited to, additional maintenance and support, software and training.
II.2.12)Information about electronic catalogues
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
II.2)Description
II.2.1)Title:
High Resolution XRF Scanner
Lot No: 2
II.2.2)Additional CPV code(s)
38520000
38400000
38540000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
Predominantly in the Cheshire and Greater Glasgow and Clyde Valley regions.
II.2.4)Description of the procurement:
This lot is for a non-destructive core scanner to provide safe, rapid, high resolution, non-destructive, semi-quantitative, reproducible, elemental geochemical analysis for geological/earth science applications. The scanner system will operate by moving the core and X-ray fluorescence (XRF) sensor relative to each other, and will detect down-core elemental variations, as a minimum in the range Al (13) to U (92).
The core scanner must have the ability to collect data at multiple scales down-core relative to a fixed datum to facilitate high resolution work at a resolution of 0.1 mm upwards. The scanner will be expected to scan slabbed and whole round drill core (including fractured cores) as well as soils and soft sediments. Cores will be routinely analysed in a ‘load and go’ manner. The scanner must also be capable of operation in a rapid reconnaissance mode.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Optional extension period of 24 months.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
Pricing is requested for additional items including, but not limited to, additional maintenance and support, software and training.
II.2.12)Information about electronic catalogues
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
II.2)Description
II.2.1)Title:
High Throughput XRF Core Scanner
Lot No: 3
II.2.2)Additional CPV code(s)
38520000
38540000
38400000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
Predominantly in the Cheshire and Greater Glasgow and Clyde Valley regions.
II.2.4)Description of the procurement:
This lot is for a non-destructive core scanner to provide safe, rapid, non-destructive, semi-quantitative, reproducible, elemental geochemical analysis for geological/earth science applications. The scanner system will be able accommodate at least five one metre sticks of 10 cm diameter core at once, and will probably operate by moving the X-ray fluorescence (XRF) spectrometry equipment relative to the core. It will detect down-core elemental variations, as a minimum in the range Al (13) to U (92). The scanner will be expected to scan slabbed and whole round drill core as well as soils and soft sediment.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Optional extension period of 24 months.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
Pricing is requested for additional items including, but not limited to, additional maintenance and support, software and training.
II.2.12)Information about electronic catalogues
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
II.2)Description
II.2.1)Title:
Hand Held XRF Scanner
Lot No: 4
II.2.2)Additional CPV code(s)
38520000
38400000
38540000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
Predominantly in the Cheshire and Greater Glasgow and Clyde Valley regions.
II.2.4)Description of the procurement:
This lot is for one (with option for two) non-destructive hand held x-ray fluorescence spectrometers to provide safe, rapid, non-destructive, semi-quantitative, reproducible, elemental geochemical analysis for geological/earth science applications. It will detect elemental variations, as a minimum in the range Al (13) to U (92).
The spectrometers will be expected to measure slabbed and whole round drill core as well as soils and soft sediment and other samples, including in the field. They must also be supplied with stands and associated equipment to allow safe operation several metres from the operative.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Optional extension period of 24 months.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
Pricing is requested for additional items including, but not limited to, additional maintenance and support, software and training.
II.2.12)Information about electronic catalogues
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
II.2)Description
II.2.1)Title:
X-Ray CT Core Scanner
Lot No: 5
II.2.2)Additional CPV code(s)
38520000
38400000
38540000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
Predominantly in the Cheshire and Greater Glasgow and Clyde Valley regions.
II.2.4)Description of the procurement:
This requirement is for a CT core scanner to be installed at the National Geological Repository at the British Geological Survey Keyworth site. The scanner will be used to underpin a variety of commercial and non-commercial work carried out by BGS including:
— Fracture Characterisation prior to sampling — This will allow BGS to maximise the success of any sampling and help to ensure as complete a record of the core as possible is preserved.
— Micro-damage characterisation — Mapping fractures and fracture development before, during, and after, deformation/flow testing as part of developing geophysical-geotechnical inter-property relationships.
— Quantifying heterogeneity and providing additional context for sub sampling.
— Mapping of digenetic structures and soft sediment deformation — For example to identify compaction bands for research on sedimentary rocks.
— Mapping micro-cracking relating to wetting/drying cycles at field-laboratory sites as well as on labsamples.
The core scanner will be required to accept samples of a variety of lengths and diameters, but must include lengths of 5 — 105 cm and achieve a minimum resolution of 100 microns. The scanning process must not damage or disturb the core. The CT scanner will be sited in an operational core lab with other core scanners, hence the scanner must be fully shielded and self-contained.
Basic viewing software must be provided with the CT scanner, more advanced software for fracture mapping is included in this tender as a separate lot.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Optional extension period of 24 months.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
Pricing is requested for additional items including, but not limited to, additional maintenance and support, software and training.
II.2.12)Information about electronic catalogues
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
II.2)Description
II.2.1)Title:
CT Visualisation Software
Lot No: 6
II.2.2)Additional CPV code(s)
48328000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
Predominantly in the Cheshire and Greater Glasgow and Clyde Valley regions.
II.2.4)Description of the procurement:
To maximise the value of an X-ray CT core scanner (Lot 5) an additional image processing software package is essential. The X-ray CT scanner will be used in many lines of work across BGS, including work such as basic rock characterisation, fracture characterisation and micro-damage characterisation.
The ability to process the basic images produced by the X-ray CT will be very useful to visualise any material properties the core may have, e.g. density variations and fracture patterns. The software must work using the 2D and 3D image files generated by an X-Ray CT core scanning machine. The format of these files is likely to be TIFF/BITMAPS and other popular CT formats.
The most basic requirements of the software are:
— To clearly visualise the X-ray CT files in 2 and 3 dimensions,
— Image visualisation and processing tools, e.g. smoothing and filtering,
— Output file as meshes, point clouds or CAD models .
There are also further requirements for this software, which will increase the scientific outputs of the X-ray CT scanner by a large amount. These additional requirements are:
— Ability to calculate material properties, e.g. elastic properties,
— Ability to calculate fluid properties, e.g. porosity and permeability.
This software is expected to be used across several teams at the British Geological Survey; it must therefore be simple to use, with a good user interface enabling many staff to use the software with little training.
Minimum and recommended computer hardware specifications are also required.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Optional extension period of 24 months.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
Pricing is requested for additional items including, but not limited to, additional licensing, plug-ins and training.
II.2.12)Information about electronic catalogues
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
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:
Information and formalities necessary for evaluating if the requirements are met: All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts). This procurement will be managed electronically via the Crown Commercial Service's e-Sourcing Suite. To participate in this procurement, participants shall first be registered on the e-Sourcing Suite.
If Bidders have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’.
Please note that, to register, Bidders must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Note: registration may take some time please ensure that you allow a sufficient amount of time to register.
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@ccs.gsi.gov.uk
Your email must clearly state:
the name and reference for the procurement you wish to register for:
Your organisations full name as a registered supplier;
the name and contact details for the registered individual sending the email.
Crown Commercial Service (CCS) will process the email and then enable the Bidder to access the procurement online via the e-Sourcing Suite.
The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you in relation to any specific RFX event.
Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service (CCS) Helpdesk (Not UK SBS Ltd): Freephone: 0345 010 3503 email: supplier@ccs.gsi.gov.uk
Training support to respond to a requirement is available to bidders at http://www.uksbs.co.uk/services/procure/Pages/supplier.aspx
Responses must be received by the date in IV.2.7.
Responses received outside or concurrently using the eSourcing process will not be accepted or considered further for this opportunity.
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 13/12/2017
Local time: 14:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 13/12/2017
Local time: 14:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
VI.3)Additional information:
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 the candidates.
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.
UK Shared Business Services Ltd are able to accept unstructured electronic invoicing.
VI.4)Procedures for review
VI.4.1)Review body
UK Shared Business Services Limited
Polaris House
Swindon
SN2 1FF
United Kingdom
Telephone: +44 1793867000
E-mail: policy@uksbs.co.uk
Internet address:www.uksbs.co.uk
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
UK Shared Business Services Limited
Polaris House
Swindon
SN2 1FF
United Kingdom
Telephone: +44 1793867000
E-mail: policy@uksbs.co.uk
VI.5)Date of dispatch of this notice:
08/11/2017