Construction Tenders

Sat October 26 2024

Related Information

Construction Contract Leads

United Kingdom

Category Goods

Type

No. of Lots 1

Status Active

Published 23rd Oct 2024

Tender Details
Referenceocds-h6vhtk-04b0a6
Common Procurement VocabularyIndustrial robots
Procurement MethodOpen procedure
Value£350,000
« Previous Page

United Kingdom

Category Goods

Type

No. of Lots 1

Status Active

Published 23rd Oct 2024

Tender Details
Referenceocds-h6vhtk-04b0a6
Common Procurement VocabularyIndustrial robots
Procurement MethodOpen procedure
Value£350,000

Section I: Contracting authority

I.1) Name and addresses

DSTL

Porton Down

Salisbury

SP4 0JQ

Email

abarkham [at] dstl.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.gov.uk/government/organisations/defence-science-and-technology-laboratory

I.2) Information about 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://contracts.mod.uk/esop/ogc-host/public/mod/web/login.html?VISITORID=82aab0fd-eb65-4c33-8cea-09c92009e126&_ncp=1717411693158.58752-1

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://contracts.mod.uk/esop/ogc-host/public/mod/web/login.html?VISITORID=82aab0fd-eb65-4c33-8cea-09c92009e126&_ncp=1717411693158.58752-1

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Defence


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

A Collaborative Robot

Reference number

RQ0000052094

II.1.2) Main CPV code

  • 42997300 - Industrial robots

II.1.3) Type of contract

Supplies

II.1.4) Short description

The procurement of Collaborative Robot (Cobot) arm(s) and accessories to support the development and implementation of remote working capabilities for a range of hazardous activities undertaken by Dstl.

II.1.5) Estimated total value

Value excluding VAT: £350,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

DSTL

Porton Down,

Salisbury,

Wiltshire,

SP4 0JQ

II.2.4) Description of the procurement

The procurement of Collaborative Robot (Cobot) arm(s) and accessories to support the development and implementation of remote working capabilities for a range of hazardous activities undertaken by Dstl.

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: £350,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

31 March 2028

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

OPTION: The Provision of additional Contractor Deliverables on an as required basis, in accordance with the Tasking Process at Condition 22 of the SC1B Terms and Conditions.

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

The procurement of Collaborative Robot (Cobot) arm(s) and accessories to support the development and implementation of remote working capabilities for a range of hazardous activities undertaken by Dstl.


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

Russian and Belarusian Suppliers, Products and Services

Except as set out in PPN 01/22, the Authority will not be accepting Tenders that:

a. contain any Russian / Belarusian products and/or services; and/or

b. are linked to entities who are constituted or organised under the law of Russia or Belarus, or under the control (full or partial) of a Russian / Belarusian person or entity. Please note that this does not include companies:

1. registered in the UK or in a country with which the UK has a relevant international agreement with reciprocal rights of access in the relevant field of public procurement; and/or

2. which have significant business operations in the UK or in a country the UK has a relevant international agreement with reciprocal rights of access in the relevant field of public procurement.

Tenderers must confirm in writing that their Tender, including any element that may be provided by any part of the Contractor’s supply chain, does not contain any Russian / Belarusian products and/or services.

Tenderers must include provisions equivalent to those set out in this clause in all relevant Sub-Contracting Arrangements.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

In accordance with the Statement of Requirements (Annex A to Schedule 2 (SC2 Schedules)).


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

22 November 2024

Local time

5:00pm

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

Tender must be valid until: 1 January 2025

IV.2.7) Conditions for opening of tenders

Date

22 November 2024

Local time

5:00pm

Place

Porton Down - UK

Information about authorised persons and opening procedure

Defence Sourcing Portal


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

DSTL - CTS Commercial

Porton Down

Salisbury

SP4 0JQ

Email

abarkham [at] dstl.gov.uk

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

DSTL

Porton Down

Salisbury

SP4 0JQ

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

Standstill Period

The Authority is allowing a space of ten (10) calendar days between the date of dispatch of the electronic notice of its decision to award a Contract to the successful Tenderer before entering into a Contract, known as the standstill period. The standstill period ends at 23:59 on the 10th day after the date the DEFFORM 158s are sent. If the 10th day is not a business day, the standstill period ends at 23:59 of the next business day.

Clarification Questions

Clarification Questions should be submitted via the Defence Sourcing Portal no later than 4th November 2024, 00:00 (BST). The Authority shall answer all questions submitted no later than 18th November 2024 00:00 (BST).

The Authority will automatically copy clarification questions and answers to all Tenderers, removing the names of those who have raised the clarification questions. If you wish the Authority to treat the clarification as confidential and not issue the response to all Tenderers, you must state this when submitting the clarification question and provide justification. If in the opinion of the Authority, the clarification is not confidential, the Authority will inform the Tenderer, who will have an opportunity to withdraw the question. If the clarification question is not withdrawn, the response will be issued to all Tenderers.

VI.4.4) Service from which information about the review procedure may be obtained

DSTL - CTS Commercial

Porton Down

Salisbury

SP4 0JQ

Country

United Kingdom