Procurement Process and Tenders Project team Introduction to

  • Slides: 49
Download presentation
Procurement Process and Tenders • • • Project team Introduction to the procurement process

Procurement Process and Tenders • • • Project team Introduction to the procurement process used by STFC Tenders planned and timescales Tender 1 Tender 2 Future tenders

Project Team • Huddersfield - Part of School of Computing and Engineering • Rob

Project Team • Huddersfield - Part of School of Computing and Engineering • Rob Edgecock (40% HUD, 50% STFC) – PI, reporting to ESS, procurement, testing, etc • Paul Aden (50% - STFC) – Project management • Richard Smith (50% from June - STFC) – Mechanical Engineer and Deputy PM • Quality Control Officer (100% - STFC) – Mech or Elec Engineer, main responsibility QA • RF Engineer (100% - Hud) – RF, Elec Engineer, main responsibility commissioning • Norman Turner (100% - Hud) – Ph. D student: arc detectors, tuning, etc – Previous job: HSE for offshore platforms • Ben Wallis (100% until September - Hud) – MSc: prototype testing, waveguide heating • Possibility of further students if required

Project Team tdl-1229 -meng-org-001 -v 0. 1 -OBS STFC Project Board STFC ESS Project

Project Team tdl-1229 -meng-org-001 -v 0. 1 -OBS STFC Project Board STFC ESS Project Board Customer – ESS Project Sponsor – Anna Orlowska STFC Group Leader – Neil Bliss Sub-project Board Project Manager – Paul Aden Principle Investigator – Rob Edgecock Mechanical Engineering & Deputy Project Manager – Richard Smith Project Members: Scientific Lead – Rob Edgecock Quality Control – to be appointed Tuning & Commissioning - TBA Alan Norman – Ph. D Student MSc Student Key: Project Management Functional Management

Project Team • Sub-project board Position Name Project Sponsor Anna Orlowska Chair Anna Orlowska

Project Team • Sub-project board Position Name Project Sponsor Anna Orlowska Chair Anna Orlowska UK-ESS Board member Richard Wade Independent technical input Ian Gardiner Independent PM expertise Matt Fletcher ESS Mats Lindroos Finance Jane Warren Technical secretary Vicky Bayliss Others

Procurement strategy • All items to be delivered will be procured externally • The

Procurement strategy • All items to be delivered will be procured externally • The support structure will be designed by the Projects and Mechanical Engineering group at Daresbury. • Due to the value, all of these tenders will all be subjected to the European tender system (OJEU).

OJEU Process Chart Submit OJEU Award Notice within 48 days Award contract allowing for

OJEU Process Chart Submit OJEU Award Notice within 48 days Award contract allowing for 10 day Standstill Period Conduct dialogue (in successive stages if necessary) Issue ITT to shortlist Receive tenders and negotiate (in successive stages if necessary) to identify best tender by applying the Award Criteria 37 (30) Days OJEU NOTICE Urgent (Electronic) 15 (10) Days OJEU NOTICE Normal 37 Days OJEU NOTICE Electronic 30 Days OJEU NOTICE Normal (Electronic) 37(30) Days Submitted Expressions of Interest Shortlist against qualification criteria (minimum of 3 bidders) Invite shortlist to participate in dialogue Conclude dialogue and invite sufficient tenders to ensure competition Evaluate Tenders against Award Criteria Receipt of Tenders Issue Invitation to Tender Submitted Expressions of Interest Shortlist against qualification criteria (minimum of 5 bidders) OJEU NOTICE PIN (Electronic) Issue PQQs 37 (30) Days Prepare Specification OJEU NOTICE Normal (Electronic) Negotiated with OJEU advert 36 (29) Days Competitive Dialogue Can be used when an Open or Restricted procedure has been discontinued because of irregular or unacceptable tenders. All original bidders (that were not excluded) must be invited to participate. Negotiated Without OJEU advert 10 Days OJEU NOTICE PIN (Electronic) Restricted 15 (10) Days 22 Days 52 (45) Days Open OJEU NOTICE Urgent (Electronic) 40 Days OJEU NOTICE Normal (Electronic)

Open OJEU Process Chart 36 Days* OJEU NOTICE PIN & Electronic 29 Days* *

Open OJEU Process Chart 36 Days* OJEU NOTICE PIN & Electronic 29 Days* * Times indicated with an asterisk can be reduced by 5 days where “unrestricted and full access by electronic means” to contract documents Submit OJEU Award Notice within 48 days OJEU NOTICE PIN Open Award contract allowing for 10 day Standstill Period 45 Days* Evaluate Tenders against Award Criteria OJEU NOTICE Electronic Receipt of Tenders 52 Days* Issue Invitation to Tender (within 6 days of request received in reasonable time before closing date) Prepare Specification OJEU NOTICE Normal

UKSBS • All STFC Procurement is run through UKSBS (all Research Councils and BIS

UKSBS • All STFC Procurement is run through UKSBS (all Research Councils and BIS – have done many tenders!) • UKSBS have dedicated ESS contact – Allan Norman • STFC have in place ex-UKSBS member of staff to liaise with Allan Norman. – John Webber • Once in place UKSBS manage tendering through Emptoris system • Advertised via TED http: //www. uksbs. co. uk/services/procure

Tender Breakdown Tender Components Status Submit by date 1 Waveguides, bends, coax Docs done

Tender Breakdown Tender Components Status Submit by date 1 Waveguides, bends, coax Docs done and circulated for comments 15/06/16 2 DDC, switches, bellows Docs done and circulated for comments 23/05/16 3 Support structure Design starts in June 30/09/16 4 Circulators, loads Docs done by ESS, but will need changing after prototype tests 01/07/16 5 Arc detectors Ditto 01/07/16

Status • Drafts for tenders 1 and 2 done and circulated: - Request for

Status • Drafts for tenders 1 and 2 done and circulated: - Request for Proposals (RFP), aka So. W - Questions - Contact details for possible suppliers • To be discussed today/tomorrow • Documents for tender 2 have been seen and commented on by Allan and John (several times) • Documents for tender 1 basically the same • Aim now: - finish off RFPs - finalise questions - get agreement to proceed: ESS, Project Board, JG

Procedure • All done electronically • Specifications prepared by us and included in Request

Procedure • All done electronically • Specifications prepared by us and included in Request for Proposals (RFP) document • Standard “Selection questionnaire“: - mainly from UKSBS - some input from us possible • “Award qustionnaire”: - some standard UKSBS questions - rest from us • All our input checked by Allan Norman • Questions uploaded by him

Procedure • • • First step: once questions agreed, send to Allan Second step:

Procedure • • • First step: once questions agreed, send to Allan Second step: once RFP agreed, send to Allan will check and upload Still possible to change things at this point Third step: once everything ready, Allan gets approval to proceed Still possible to make small changes Fourth step: Notice of tender List of companies will be emailed All responses go through Emptoris, with Allan as contact Companies must be registered to respond

Procedure • Various types of award questions: - Mandatory Yes/No - Discretionary Yes/No -

Procedure • Various types of award questions: - Mandatory Yes/No - Discretionary Yes/No - Self-evaluation scoring questions - Evaluation pass/fail questions - Evaluation scoring questions - For information only • Evaluation committee: - Chaired by Allan - Will all sit in the same room and reach consensus - Evaluation entered directly into Emptoris • Result then comes from Emptoris, including cost

Selection questions SEL 2. 2 Bidder guidance Within the past five years, has your

Selection questions SEL 2. 2 Bidder guidance Within the past five years, has your organisation or any directors or partner or any other person who has administrative, management or supervisory powers of representation, decision or control been convicted of conspiracy within the meaning of section 1 or 1 A of the Criminal Law Act 1977 or article 9 or 9 A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983 where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime. Bidders shall answer Yes or No If you answer ‘yes’ to this question it is very unlikely that your application will be accepted, and you should contact us for advice before completing this form. Any response with a ‘Yes’ answer must be supported with appropriate supporting text in response to SEL 2. 11 to justify the response is reasonable to UK SBS. Scoring criteria Bidder response Mandatory Pass / Fail Drop down menu - Yes / No

Selection questions SEL 1. 1 Bidder guidance Scoring criteria Bidder response Full Name of

Selection questions SEL 1. 1 Bidder guidance Scoring criteria Bidder response Full Name of the Supplier Completing the RFP Registered Company Address line 1 Registered Company Address line 2 Registered Company Address line 3 Registered Company Address line 4 Registered Company Address line 5 Registered Company Address line 6 Bidders Company Number Bidders Charity Number Bidders VAT Number Please complete the below table Bidders should answer “not applicable” where a response is not applicable For information only Table SEL 1. 2 Bidder guidance Name of the Bidders immediate and parent company + Ultimate Parent Company The Bidder should state not applicable where the response is not applicable. Any information submitted over and above the specified limit will be disregarded and not evaluated Scoring criteria Bidder Response For information only Free text

Selection questions Section Number ORGANISATION AND SEL 1. 1 CONTACT DETAILS SEL 1. 2

Selection questions Section Number ORGANISATION AND SEL 1. 1 CONTACT DETAILS SEL 1. 2 Question Type Name and address of supplier FIO Name of the Bidders immediate and parent company + Ultimate Parent Company FIO SEL 1. 3 Trading status FIO SEL 1. 4 Type of company FIO SEL 1. 5 State the contact details for enquires in relation to your response to this questionnaire FIO SEL 1. 6 Prime contractor or consortium FIO SEL 1. 7 If applicable, is your business registered with the appropriate trade or professional register(s) in the EU member state where it is established FIO SEL 1. 8 Is it a legal requirement in the State where you are established for you to be licensed or a member of a relevant organisation in order to provide the requirement in this procurement? FIO

Selection questions Section GROUNDS FOR MANDATORY REJECTION Number Question Type SEL 2. 1 Grounds

Selection questions Section GROUNDS FOR MANDATORY REJECTION Number Question Type SEL 2. 1 Grounds for mandatory rejection – Bidder guidance – UK SBS is required by law (under the Public Contracts Regulations 2015) to exclude you from participating further in a procurement if you cannot answer ‘no’ to every question in this section (SEL 2. 2 to SEL 2. 10. ) If you answer “yes” to any of these questions, it is very unlikely that your application will be accepted. You may wish to seek clarification before completing this form. Yes/No SEL 2. 2 Within the past five years, has your organisation or any directors or partner or any other person who has administrative, management or supervisory powers of representation, decision or control been convicted of conspiracy within the meaning of section 1 or 1 A of the Criminal Law Act 1977 or article 9 or 9 A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983 where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime. Yes/No

Selection questions Section GROUNDS FOR MANDATORY REJECTION Number Question Type SEL 2. 3 Within

Selection questions Section GROUNDS FOR MANDATORY REJECTION Number Question Type SEL 2. 3 Within the past five years, has your organisation or any directors or partner or any other person who has administrative, management or supervisory powers of representation, decision or control been convicted of corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889 or section 1 of the Prevention of Corruption Act 1906 OR been convicted of the common law offence of bribery. Yes/No SEL 2. 4 Within the past five years, has your organisation or any directors or partner or any other person who has administrative, management or supervisory powers of representation, decision or control been convicted of the offence of bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010 or section 113 of the Representation of the People Act 1983. Yes/No

Selection questions Section GROUNDS FOR MANDATORY REJECTION Number Question Type SEL 2. 5 Within

Selection questions Section GROUNDS FOR MANDATORY REJECTION Number Question Type SEL 2. 5 Within the past five years, has your organisation or any directors or partner or any other person who has powers administrative, management or supervisory of representation, decision or control been convicted of the offence of fraud, where the offence relates to fraud affecting the financial interests of the European Communities financial interests of the European Union as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities. Yes/No SEL 2. 6 Within the past five years, has your organisation or any directors or partner or any other person who has administrative, management or supervisory powers of representation, decision or control been convicted of any offence Yes/No

Selection questions Section GROUNDS FOR MANDATORY REJECTION Number Question Type SEL 2. 7 Within

Selection questions Section GROUNDS FOR MANDATORY REJECTION Number Question Type SEL 2. 7 Within the past five years, has your organisation or any directors or partner or any other person who has administrative, management or supervisory powers of representation, decision or control been convicted of money laundering within the meaning of Section 340(11) and 415 of the Proceeds of Crime Act 2002. Yes/No SEL 2. 8 Within the past five years, has your organisation or any directors or partner or any other person who has administrative, management or supervisory powers of representation, decision or control been convicted of an offence in connection with the proceeds of criminal conduct within the meaning of section 93 A, 93 B or 93 C of the Criminal Justice Act 1988 or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996. Yes/No

Selection questions Section GROUNDS FOR MANDATORY REJECTION Number Question Type SEL 2. 9 Within

Selection questions Section GROUNDS FOR MANDATORY REJECTION Number Question Type SEL 2. 9 Within the past five years, has your organisation or any directors or partner or any other person who has administrative, management or supervisory powers of representation, decision or control been convicted of Yes/No SEL 2. 10 Are you in breach of your obligations relating to the payment of taxes or social security contributions and / or has it been established by a judicial or administrative decision, having final and binding effect in accordance with the legal provisions of any part of the United Kingdom or the legal provisions of the country in which your organisation is established, that your organisation is in breach of obligations related to the payment of tax or social security contributions? Yes/No

Selection questions Section GROUNDS FOR MANDATORY REJECTION Number Question Type SEL 2. 11 If

Selection questions Section GROUNDS FOR MANDATORY REJECTION Number Question Type SEL 2. 11 If you have selected Yes to any of the questions SEL 2. 2 to SEL 2. 10 you should set out the full facts of the relevant incident and any remedial actions taken. The information provided will be taken into account by UK SBS in considering whether or not your response will be permitted to proceed any further. Text SEL 2. 12 Cyber Essentials is mandatory for central government Yes/No/ contracts advertised after 1 October 2014 which involve Intend handling personal information and providing certain ICT products and services. It is mandatory for bidders to demonstrate that they meet the technical requirements prescribed by Cyber Essentials for those contracts featuring any of the characteristics set out below in bidders’ guidance.

Selection questions Section Number Question Type Grounds for discretionary rejection – UK SBS is

Selection questions Section Number Question Type Grounds for discretionary rejection – UK SBS is entitled to exclude you from consideration if any of the following apply but may decide to allow you to proceed further. If you cannot provide a compliant answer to questions SEL 3. 2 to 3. 8, it is possible that your application might not be accepted. In the event that any of the following do apply, please add an attachment as a response to the question detailing the full details of the relevant incident and any remedial action taken subsequently. The information provided will be taken into account by UK SBS in considering whether or not you will be able to proceed any further in respect of this procurement. Yes/No SEL 3. 2 Within the past three years has your organisation violated applicable obligations referred to in Regulation 56(2) in the fields of environmental, social and labour law. Yes/No SEL 3. 3 Please confirm within the past three years your organisation is not bankrupt or is the subject of insolvency or winding-up proceedings, where its assets are being administered by a liquidator or by the court, where it is in an arrangement Yes/No GROUNDS FOR SEL 3. 1 DISCRETIONARY REJECTION

Selection questions Section Number Question Type Please confirm that within the past three years

Selection questions Section Number Question Type Please confirm that within the past three years your organisation has not been found guilty of grave professional misconduct, which renders its integrity questionable. Yes/No SEL 3. 5 Please confirm that your organisation has not entered into any agreements or arrangements with other economic operators aimed at distorting competition. Yes/No SEL 3. 6 Please confirm that, within the past three years if your Yes/No organisation has had a conflict of interest within the meaning of regulation 24 of the Public Contracts Regulations 2015 that cannot be effectively remedied by other, less intrusive, measures, this declaration made as part of the procurement shall survive due process and any term of award as an obligation on your part to inform UK SBS should you be successful. SEL 3. 7 You confirm that the prior involvement of your organisation in the preparation of the procurement procedure has resulted in a distortion of competition, as referred to in regulation 41, that cannot be remedied by other, less intrusive, measures; GROUNDS FOR SEL 3. 4 DISCRETIONARY REJECTION Yes/No

Selection questions Section Number Question Type Within the past three years, has your organisation

Selection questions Section Number Question Type Within the past three years, has your organisation has shown significant or persistent deficiencies in the performance of a substantive requirement under a prior public contract, a prior contract with a contracting entity, or a prior concession contract, which led to early termination of that prior contract, damages or other comparable sanctions Yes/No SEL 3. 9 Within the past three years, has your organisation – 5 questions on information Yes/No SEL 3. 10 From 1 April 2013 onwards, have any of your company’s tax returns submitted on or after 1 October 2012 – 4 questions related to tax fraud Yes/No GROUNDS FOR SEL 3. 8 DISCRETIONARY REJECTION

Selection questions Section ECONOMIC AND FINANCIAL STANDING Number Question Type SEL 4. 1 Please

Selection questions Section ECONOMIC AND FINANCIAL STANDING Number Question Type SEL 4. 1 Please provide one of the following to demonstrate your Yes/No economic/financial standing a. A copy of the audited accounts for the most recent two years b. A statement of the turnover, profit & loss account, current liabilities and assets, and cash flow for the most recent year of trading for this organisation c. A statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position d. Alternative means of demonstrating financial status if any of the above are not available (e. g. Forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status). SEL 4. 2 Where UK SBS has specified a minimum level of economic and Yes/No financial standing and/or a minimum financial threshold within the evaluation criteria for this RFP, please self-certify by answering ‘Yes’ or ‘No’ that you meet the requirements set

Selection questions Section ECONOMIC AND FINANCIAL STANDING Number SEL 4. 3 Question Are you

Selection questions Section ECONOMIC AND FINANCIAL STANDING Number SEL 4. 3 Question Are you are part of a wider group (e. g. a subsidiary of a holding/parent company)? If yes, please provide the name in the text box below and provide Ultimate / parent company accounts if available. Type Pass/fail If yes, would the Ultimate / parent company be willing to provide a guarantee if necessary? If not, would you be able to obtain a guarantee elsewhere (e. g from a bank? ) SEL 4. 4 Please self-certify whether you already have, or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below: Employer’s (Compulsory) Liability Insurance = £ 2, 000 Public Liability Insurance = £ 2, 000 Professional Indemnity Insurance = £ 2, 000 Product Liability Insurance = £ 2, 000 Yes/No

Selection questions Section TECHNICAL AND PROFESSIONAL ABILITY Number Question Type SEL 5. 1 Please

Selection questions Section TECHNICAL AND PROFESSIONAL ABILITY Number Question Type SEL 5. 1 Please provide details of up to three contracts, in any Free combination from either the public or private sector, that text are relevant to the authority’s requirement. Contracts for supplies or services should have been performed during the past three years. Works contracts may be from the past five years, and VCSEs may include samples of grant funded work. The named customer contact provided should be prepared to provide written evidence to the authority to confirm the accuracy of the information provided below……. . Please ensure that the examples include: Tender 1 1. Evidence of the manufacture of waveguides and bends of types WR 2300 (half or full height) or WR 1150 of a similar quality to those of this tender 2. Evidence of a programme of factory acceptance tests for these waveguides and bends to verify they meet the specifications. Tender 2 1. Evidence of the manufacture of at least two of the components in this tender for particle accelerator systems. These are (a) multi-loop dual directional couplers, (b) switches and (c) bellows.

Selection questions Section TECHNICAL AND PROFESSIONAL ABILITY Number Question Type SEL 5. 2 Please

Selection questions Section TECHNICAL AND PROFESSIONAL ABILITY Number Question Type SEL 5. 2 Please self-certify that your organisation has a Health and Safety Policy that complies with current legislative requirements. Yes/No SEL 5. 3 Has your organisation or any of its Directors or Executive Officers been in receipt of enforcement/remedial orders in relation to the Health and Safety Executive (or equivalent body) in the last 3 years? Yes/No SEL 5. 4 Has your organisation been convicted of breaching environmental legislation, or had any notice served upon it, in the last three years by any environmental regulator or authority (including local authority)? Yes/No SEL 5. 5 If you use sub-contractors, do you have processes in place to Yes/No check whether any of these organisations have been convicted or had a notice served upon them for infringement of environmental legislation?

Selection questions Section TECHNICAL AND PROFESSIONAL ABILITY Number SEL 5. 6 Question In the

Selection questions Section TECHNICAL AND PROFESSIONAL ABILITY Number SEL 5. 6 Question In the last three years, has any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK)? And/or; Type Yes/No In the last three years, has your organisation had a complaint upheld following an investigation by the Equality and Human Rights Commission or its predecessors (or a comparable body in any jurisdiction other than the UK), on grounds of alleged unlawful discrimination? SEL 5. 7 If you use sub-contractors, do you have processes in place to Yes/No check whether any of the circumstances in SEL 5. 6 apply to these other organisations? SEL 5. 8 I declare that to the best of my knowledge the answers submitted to these questions are correct. I understand that the information will be used in the selection process to assess my organisation’s suitability to be invited to participate further in this procurement, etc. Yes/No

Award questions Section Number COMMERCIAL AW 1. 1 QUESTIONNAIRE AW 1. 2 Question FORM

Award questions Section Number COMMERCIAL AW 1. 1 QUESTIONNAIRE AW 1. 2 Question FORM OF BID I declare that to the best of my knowledge the answers submitted in this RFP are correct. I understand that the information will be used in the process to assess my organisation’s suitability to be invited to bid for UK SBS’s requirement and I am signing on behalf of my organisation. I understand that the UK SBS may reject this RFP if there is a failure to answer all relevant questions fully or if I provide false/misleading information. Etc, etc Type Yes/No Having examined the contents of the RFP we offer to carry out Yes/No the requirement in conformity with the said conditions for the maximum fixed prices detailed in the schedule attached in response to AW 5. 2. We undertake to carry out the requirements specified within the period stated in the enquiry letter. Our Bid offer shall be binding between us for a period of 90 days from the closing date for receipt of Bids. Unless and until a formal agreement is prepared and executed this Bid and a written acceptance thereof shall constitute a binding contract between us. We understand that you are not bound to accept the lowest or any Bid you may receive.

Award questions Section Number Question Type COMMERCIAL AW 1. 3 QUESTIONNAIRE CERTIFICATE OF BONA

Award questions Section Number Question Type COMMERCIAL AW 1. 3 QUESTIONNAIRE CERTIFICATE OF BONA FIDE BID The essence of procurement is that the customer shall receive bona fide competitive Bids, from all those Bidding. In recognition of this principle, we certify that this is a bona fide Bid, intended to be competitive and that we have not fixed or adjusted the amount of Bid by or under or in accordance with any agreement with any other person. Yes/No Executive Summary Please provide an executive summary of your bid. FIO AW 2. 1 The executive summary should focus on the key features of the Bidder’s Response including all key assumptions made by the Bidder (but excluding all pricing/financial information) The objective of the executive summary is to provide UK SBS with a clear, concise and complete summary of the Bidder’s Response together with an insight into the reasoning and rationale behind the Response.

Award questions Section Compliance to the Contract Terms Number Question Type AW 4. 1

Award questions Section Compliance to the Contract Terms Number Question Type AW 4. 1 Please confirm your acceptance of the attached Contract Terms Yes/No/ But AW 4. 2 Where a Bidder has answered question AW 4. 1 with ‘no with justification’ they must detail the justification and the proposed change to the clause. Yes/No

Award questions Section Number PRICE AW 5. 1 QUESTIONNIARE AW 5. 2 Question Type

Award questions Section Number PRICE AW 5. 1 QUESTIONNIARE AW 5. 2 Question Type Please confirm your price shall remain firm and fixed for full term of the Contract. Thereafter they shall be subject to change in accordance with the terms of the contract. Yes/No Bidders are required to complete the Excel Pricing Schedule Yes/No attached in the ’RFX attachments’ section in the e-sourcing tool. All prices shall be exclusive of VAT. For example, assuming the lowest bid is £ 100, 000. Bid Price Differential to the lowest price £ 100, 000 0 £ 120, 000 20% £ 140, 000 40% £ 150, 000 50% £ 175, 000 75% £ 200, 000 100% £ 300, 000 200% Maximum Marks 50% Score 100 80 60 50 25 0 0

Tenders • Tender 1: WR 2300 HH waveguides, H-bends, E-bends, PSS flanges 6 -1/8

Tenders • Tender 1: WR 2300 HH waveguides, H-bends, E-bends, PSS flanges 6 -1/8 inch coax elbows WR 1150 waveguides, H-bends, E-bends, PSS flanges Includes uncertainties in amplifier to circulator distance Includes pads for cooling in stubs (not in scope) arc detector ports, ceramic window • Tender 2: WR 2300 HH DDC, switches, bellows 6 -1/8 inch coax DDC WR 1150 DDC, switches, bellows -

RFPs • • Specifications Design and (at least) monthly review meetings Monthly progress reports

RFPs • • Specifications Design and (at least) monthly review meetings Monthly progress reports Programme of Factory Acceptance Tests - bit more clarity required • Site acceptance testing - to be confirmed • Regular site visits to monitor progress and witness test • Naming convention: Acc-RF cell number-location-waveguide run number-component number

RFPs • Delivery schedule: - one month before installation - number of deliveries corresponding

RFPs • Delivery schedule: - one month before installation - number of deliveries corresponding to installation blocks Cavity type Spoke Elliptical Section Stub Tunnel Gallery Start date End date Maximum number of deliveries 4 th September 2017 16 th October 2017 27 th November 2017 6 th November 2017 3 rd January 2018 5 th February 2018 13 th November 2017 3 rd January 2018 5 th February 2018 2 nd April 2018 23 rd April 2018 10 th September 2018 2 2 3 8 8 8

Award questions • Everything in RFP is implicitly agreed • Yes/no questions reduced to

Award questions • Everything in RFP is implicitly agreed • Yes/no questions reduced to only a few to be explicitly agreed • Evaluation questions: - mostly pass/fail - not enough scored - scoring methodology must be included with the question - strong UKSBS preference for self-scoring

Tender 1 Number Question Type AW 6. 1 Scope of supply - Please confirm

Tender 1 Number Question Type AW 6. 1 Scope of supply - Please confirm that you are able to provide all of the following: - all of the items specified in Table 1 -2 of the RFP at the power ratings given in Table 1 -1 and the dimensions given in Table 1 -2 - the lengths and quantities of waveguides shown in Tables 4 -1 and 4 -2 - delivery to the ESS site in Lund, Sweden with the schedule given in Section 1. 4 of the RFP Yes/No AW 6. 2 Payment schedule - Please confirm that you agree to the payment schedule given in Section 1. 5 of the RFP. Yes/No AW 6. 3 Factory acceptance tests - Please confirm that - STFC, ESS and its authorised representatives shall have access to your premises for the purpose of inspection and witnessing of these tests - STFC shall be sent in advance the planned schedule of these tests with at least 10 days notice - testing shall at all times conform with local safety codes - in the event of marginal design or performance, STFC reserves the right to require additional or more extensive testing to be conducted at no extra cost to STFC - the results of all tests will be recorded on test certificates in English and sent to STFC and that delivery to ESS shall not commence until written authorisation by STFC is received Yes/No

Tender 1 Number Question Type AW 6. 4 Quality assurance and guarantees - Please

Tender 1 Number Question Type AW 6. 4 Quality assurance and guarantees - Please confirm that Yes/No - you will maintain and apply a quality assurance program compliant with ISO -9001 or equivalent for the design, manufacture and testing of all systems and equipment provided by them - CE or equivalent marking of equipment will be applied wherever required - all systems shall be designed and constructed with an expected operational lifetime of greater than 20 years - systems shall be designed and constructed for continuous use with minimal maintenance, no more often than twice per year for periods not exceeding 10 days AW 6. 5 Waveguide cooling in the stubs - Please confirm that aluminium plates of Yes/No size ? ? ? by ? ? will be welded to the top of each waveguide in the stub, as described in section 4. 2. 3 of the RFP, and this will be included as a separate item in your costs.

Tender 1 Number Question Type AW 6. 6 Spoke RF performance - Please provide

Tender 1 Number Question Type AW 6. 6 Spoke RF performance - Please provide a description of the RF performance of your WR 2300 HH waveguides and bends and confirm that the specifications in Table 4 -3 of the RFP will be met. Pass/Fail AW 6. 7 Spoke coax performance - Please provide a description of the RF performance of your 6 -1/8 inch coaxial elbows and confirm that the specifications in Table 4 -5 of the RFP will be met. Pass/Fail AW 6. 8 Elliptical RF performance - Please provide a description of the RF performance of your WR 1150 waveguides and bends and confirm that the specifications in Table 4 -4 of the RFP will be met. Pass/Fail AW 6. 9 Surfaces - Please confirm that you will achieve the following and explain how Pass/Fail you will achieve them: - the inside surface finish of all waveguide components shall be better than N 6 - the inner surface of all waveguide components shall not be corroded even after the condensation

Tender 1 Number Question Type AW 6. 10 Tolerances - Please confirm that you

Tender 1 Number Question Type AW 6. 10 Tolerances - Please confirm that you will achieve the following, where relevant, and explain how you will achieve them: - waveguide inside dimensions: ± 0. 5 mm - flange flatness: ± 0. 2 mm - flange parallelism: 0. 2 mm - flange perpendicularity: 0. 2 mm - twist of tubing: 5 minutes (maximum) - twist of flanges with respect to each other: 5 minutes (max) for length of 4 m - length tolerance: specified length ± 0. 05% - bow of the waveguide < 0. 1% of the length Pass/Fail AW 6. 11 Factory acceptance tests - Please describe that your plans for factory acceptance testing and demonstrate that they include all the tests in section 6. 2 of the RFP. Pass/Fail AW 6. 12 Project plan - Please provide a Gantt chart for the construction and delivery of the components. This must include at least the items below, be given in months following the signing of the contract and demonstrate that delivery will meet the schedule in Section 1. 4 of the RFP. Please also provide proof of your ability to make available the experienced staff, general and specific tooling, working space and other resources needed to meet this schedule. Pass/Fail

Tender 1 Number Question Type AW 6. 13 Packaging for transport - Please describe

Tender 1 Number Question Type AW 6. 13 Packaging for transport - Please describe how the components will be packed for transport to Lund, Sweden and how you will prevent any damage occuring after the factory acceptance tests. Pass/Fail AW 6. 14 Manufacturing and welding – Please describe what materials you will use for the manufacture, the manufacturing technique and, if different from the recommendations, demonstrate that these will produce components of the same quality Pass/Fail AW 6. 15 Warranty - Referring to the functional specification, Bidders are requested to provide details of their best warranty offering. The warranty offered will be assessed from the end of installation of the system and will be scored according to the following criteria Self-score 48+ Months Will Score 100 36 Months Will Score 75 30 Months Will Score 50 24 Months Will Score 25

Tender 1 Number AW 6. 16 Question Type Options – This tender does not

Tender 1 Number AW 6. 16 Question Type Options – This tender does not include any spare parts. The ESS ERIC may Self-score need to procure additional individual components for a period of 3 years after the contract completion. Taking into account possible staff and material cost increases, please confirm within which price increase range these components will be available: <2% Will Score 100 2 -4% Will Score 75 4 -6% Will Score 50 6 -8% Will Score 25 >8% Will Score 0

Tender 1 – Possible suppliers 1 RF Com Limited Tel: +44(0)131 452 8777 Fax:

Tender 1 – Possible suppliers 1 RF Com Limited Tel: +44(0)131 452 8777 Fax: +44(0)131 452 8666 Email: info@rfcom. co. uk www. rfcom. co. uk 2 Waveguide solutions Tel: +44 (0) 1626 835255 Fax: +44 (0) 1626 836166 Email: sales@waveguidesolution. co. uk http: //www. waveguidesolution. co. uk/ 3 Quasar Microwave Technology Tel: +44(0)1208 77886 Fax: +44(0)1208 77116 Email: info@qmtl. co. uk http: //www. jn-engineering. co. uk/ 4 BSC Filters Tel: +44 (0) 1904 694250 Fax: +44 (0) 1904 694260 Email: sales@bscfilters. com http: //www. bscfilters. com/ 5 Micro Wave Marketing Telephone: +44 (0)1522 686 690 Fax: +44 (0)1522 686 691 sales@microwavemarketing. com http: //www. microwavemarketing. com/ 6 Mega Industries Tel: +01 207 854 - 1700 Fax: +01 207 854 - 2287 Email: sales@megaind. com http: //www. megaind. com/ 7 Q-Par Angus Tel: +44 (0) 1568 612138 Email: Sales@q-par. com http: //www. steatiteqpar-antennas. co. uk/ 8 H. Rollet Tel: + 44 (0) 1527 405 618 Email: info@hrollet. co. uk http: //hrollet. co. uk/ 9 Spinner UK Tel: + 44 (0) 1942 275222 Email: info-uk@spinner-group. com http: //www. spinner-group. com/en_Startseite 10 Talleres Piedrafita Tel: +34 974 48 06 70 email: oftecnica@piedrafitasl. es, FAO: Julio Monge http: //www. tallerespiedrafita. com/es/pagina-inicial. aspx 11 Exir Tel: +46 415 30 14 00 Email: info@exirbroadcasting. com; FAO: Magnus Wiberg http: //www. exirbroadcasting. com/

Tender 2 Number Question Type AW 6. 1 Scope of supply - Please confirm

Tender 2 Number Question Type AW 6. 1 Scope of supply - Please confirm that you are able to provide all of the following: - all of the components specified in Table 1 -2 of the RFP at the power ratings given in Table 1 -1 and the dimensions given in Table 1 -2 - delivery to the ESS site in Lund, Sweden with the schedule given in Section 1. 4 of the RFP Yes/No AW 6. 2 to AW 6. 4 As Tender 1 Yes/No

Tender 2 Number Question Type AW 6. 5 Dual directional couplers - Please provide

Tender 2 Number Question Type AW 6. 5 Dual directional couplers - Please provide a description of your dual directional coupler design and confirm that it will meet the following specifications: - each DDC will be calibrated and the calibration will include the coupling value up to the first decimal place. - each DDC will have two loops, one forward power measurement and one for reflected power measurements, and each will have N-type connectors and each will be terminated by loads - the specifications in Table 4 -1 of the RFP will be met Pass/Fail AW 6. 6 Shutter switch - Please provide a description of your shutter switch design and confirm that it will meet the following specifications: - the mode of operation shall be manual via a handle or lever - there shall be a lock with a key, to prevent operation when locked - the same lock shall be used on all of the Shutter Switches, so that a single key can be used to open any of them, but that one key will be provided per lock - the specifications in Table 4 -2 of the RFP will be met Pass/Fail

Tender 2 Number Question Type AW 6. 7 Bellows - Please provide a description

Tender 2 Number Question Type AW 6. 7 Bellows - Please provide a description of how your bellows will be manufactured and confirm that: - the flexibility and length specifications for the Bellows in Tables 4 -3 and 4 -4 of the RFP shall be met - the bellows shall have Return loss > 30 d. B and Insertion loss < 0. 05 d. B Pass/Fail AW 6. 8 to AW 6. 13 As Tender 1 AW 6. 9 to AW 6. 14 Pass/Fail AW 6. 14 & AW 6. 14 As Tender 1 AW 6. 15 & AW 6. 16 Selfscoring

Conclusions • Tenders 1 and 2 almost ready to go • Next steps: -

Conclusions • Tenders 1 and 2 almost ready to go • Next steps: - finalise Tender 2 questions - finalise Tender 2 RFP - finalise Tender 1 questions - finalise Tender 1 RFP • Get approval to proceed: - you - Project board - JG, STFC finance, …. .