Published date: 19 August 2019

This notice was replaced on 7 May 2020

This notice does not contain the most up-to-date information about this procurement. The most recent notice is:

Awarded contract (published 7 May 2020)

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Contract summary

Industry

  • Lifting and handling equipment and parts - 42400000

  • Engineering services - 71300000

Location of contract

South West

Value of contract

£1,500,000 to £2,500,000

Procurement reference

UKSBS PR19070

Published date

19 August 2019

Closing date

30 September 2019

Contract start date

31 December 2019

Contract end date

30 April 2021

Contract type

Supply contract

Procedure type

Open procedure (above threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

PLEASE NOTE: CLOSING TIME FOR BIDS IS 30/09/19 AT 14:00 HOURS. DO NOT APPLY DIRECTLY TO THE BUYER - PLEASE FOLLOW THE INSTRUCTIONS PROVIDED IN THE ADDITIONAL TEXT SECTION.
-----
The National Satellite Test Facility (NSTF) is a new facility for the environmental testing of complete satellites and large sub-assemblies. It is being funded by the UK Government, developed and operated by RAL Space, and will provide comprehensive space Assembly Integration and Test/Verification (AIT/AIV) facilities for both new and existing space companies.
RAL Space requires a set of Mechanical Ground Support Equipment (MGSE) to install, support and align a satellite, satellite dispenser or subsystem - referred to as the Item Under Test (IUT). Support and alignment is required during thermal vacuum testing, antenna measurements, solar array deployments and antenna deployments.
The work to be undertaken consists of:
 Develop a MGSE set satisfying the detailed technical requirements outlined.
 Manufacture, assemble and test the MGSE set according to agreed requirements.
 Develop control and measurement software (if applicable).
 Transport and delivery to Harwell Campus near Didcot, UK.
 Re-assemble the MGSE set in the NSTF building, if required.
 Verify the facility's functional and performance requirements in a site acceptance test campaign.
 Deliver relevant documentation, e.g. technical file in-line with CE marking requirements.
The work is broken down into the following work packages:
 WP 1000: Project management and product assurance.
 WP 2000: Design and development.
 WP 3000: Procurement, manufacturing, assembly and factory acceptance.
 WP 4000: Development of commissioning and training plan.
 WP 5000: Transport, installation and site acceptance.
 WP 6000: N/A.
The following major reviews shall be held:
 Preliminary Design Review (PDR) WP2000.
 Critical Design Review (CDR) at completion of WP2000.
 Factory Acceptance Test (FAT) at completion of WP3000.
 Site Acceptance Test (SAT) at start of WP5000.
The final, formal acceptance of the system by the Contracting Authority will take place at the end of SAT.
The MGSE set shall comprise of:
 One Loading Trolley for thermal vacuum testing;
 One Integration Stand to support and align the Loading Trolley;
 Rotation and lifting devices as required; these items are to be defined by the supplier.
With an option of:
 One Antenna Measurement Trolley.
-----
Full details may be found via the Crown Commercial Services eSourcing Suite.
-----


More information

Attachments

Links

Additional text

1. This procurement will be managed electronically via the Crown Commercial Service's e-Sourcing Suite. Toparticipate in this procurement, participants shall first be registered on the e-Sourcing Suite.
2. If Bidders have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk/emptoris by following the link "Supplier e-Sourcing Registration". Pleasenote that, to register, Bidders must have a valid DUNS number (as provided by Dun and Bradstreet) for the
5 / 5
organisation which you are registering, who will be entering into a contract if invited to do so. Note: registrationmay take some time please ensure that you allow a sufficient amount of time to register. Full instructions forregistration and use of the system can be found at https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
3. Once you have registered on the e-Sourcing Suite, a registered user can express an interest for a specificprocurement. This is done by emailing ExpressionOfInterest@crowncommercial.gov.uk . Your email mustclearly state: the name and reference for the procurement you wish to register for; your organisation's full nameas a registered supplier; the name and contact details for the registered individual sending the email. CrownCommercial Service (CCS) will process the email and then enable the Bidder to access the procurement onlinevia the e-Sourcing Suite.
4. The registered user will receive a notification email to alert them once this has been done.
5. As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitatesall messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibilityto access these emails on a regular basis to ensure you have sight of all relevant information applicable to thisopportunity.
6. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service (CCS)Helpdesk (Not UK SBS Ltd): freephone: 0345 410 2222 and email: eenablement@crowncommercial.gov.uk
7. Training support to respond to a requirement is available to bidders at http://www.uksbs.co.uk/services/procure/Pages/supplier.aspx


About the buyer

Contact name

Major Projects

Address

North Star House
SWINDON
SN21FF
England

Email

majorprojects@uksbs.co.uk

Website

www.uksbs.co.uk