Notice Information
Notice Title
UK SBS PR16275 Acoustic Doppler Current Profiler for Autosub Long Range Oceanids
Notice Description
*** This tender requirement was abandoned prior to a Contract award decision. *** Up to 8 combined Doppler Velocity Log (DVL) with current profiling (also known as an Acoustic Doppler Current Profiler) are required for the Autosub Long Range AUV programme. In this document, these will be referred to as the ADCPs. The tenderer is asked to quote for price and delivery for up to 8 ADCPs. Current Profiling provided (ADCP mode) - required for both science data and for AUV navigation relative to water frame of reference. Communications interface which must be supported RS232, 19200 baud - compatibility with existing AUV system hardware and software. Unit Depth Rating is 6000m minimum - interchangeability between the AUV fleet. Power Supply Voltage Range supported includes range 24 volts to 48 volts - compatibility with existing AUV system hardware Weight in water is less than 15kg - affecting overall buoyancy and energy contingency. RDI PD0 output format supported - compatibility with existing AUV software. Materials suitable for long term (1 year) submersion in sea water (e.g. Titanium or plastics) - long term AUV deployments. Bottom tracked (or from ice ahead) dead reckoned navigation is critical for successful missions. The AUV will be required to operate in a variety of water depths and AUV depths. Greater bottom track ADCP range gives greater operational flexibility. Compatibility with existing software. Without this the levelling software will need developing and testing. For system speed of sound correction (given fixed salinity information). If included, this reduces software and system development effort. Lower peak power simplifies the design of the AUV power supply system. Less weight means more payload or batteries can be carried. Spares Provision: Spares are not required within this tender. Required Documentation: * System Description * Pre-use checks * Operator guide * Recommended planned maintenance * Test procedures for all systems and sub-systems * Data sheets and details for all components in the system Delivery Date: Delivery of less than 12 weeks post purchase order delivered to supplier. Warranty: It is required that a minimum manufacturer's warranty of 12 months is supplied. Additional information: DO NOT APPLY DIRECTLY TO THE BUYER As part of the strategic alliance between UK Shared Business Services (UK SBS) and Crown Commercial Service (CCS), UK SBS can use the CCS eSourcing Suite for future procurements. If you have not yet registered on the eSourcing Suite, this can be done online at https://gpssourcing.cabinetoffice.gov.uk by following the link "Register for CCS eSourcing". Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation you are registering, who will be entering into a contract if invited to do so. 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@crowncommercial.gov.uk. Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered Bidder; and the name and contact details for the registered individual sending the email. Crown Commercial Service 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. The Sourcing documents can then be assessed on the eSourcing Suite at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in the Specification documents with Contracts Finder.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-8645e196-233b-463d-9fd1-6e48745773ff
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/eb1137a4-960e-45cb-b75b-c37c2eebd2f2
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
-
- CPV Codes
33112320 - Doppler equipment
Notice Value(s)
- Tender Value
- £165,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Mar 20187 years ago
- Submission Deadline
- 20 Apr 2017Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 15 May 2017 - 15 May 2018 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UK SHARED BUSINESS SERVICES LIMITED
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- SWINDON
- Postcode
- SN2 1FF
- Post Town
- Swindon
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK7 Gloucestershire and Wiltshire
- Small Region (ITL 3)
- TLK71 Swindon
- Delivery Location
- Not specified
-
- Local Authority
- Swindon
- Electoral Ward
- Rodbourne Cheney
- Westminster Constituency
- Swindon North
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/eb1137a4-960e-45cb-b75b-c37c2eebd2f2
27th March 2018 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-8645e196-233b-463d-9fd1-6e48745773ff-2018-03-27T13:46:53+01:00",
"date": "2018-03-27T13:46:53+01:00",
"ocid": "ocds-b5fd17-8645e196-233b-463d-9fd1-6e48745773ff",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "UK SBS PR16275 Acoustic Doppler Current Profiler for Autosub Long Range Oceanids",
"title": "UK SBS PR16275 Acoustic Doppler Current Profiler for Autosub Long Range Oceanids",
"description": "*** This tender requirement was abandoned prior to a Contract award decision. *** Up to 8 combined Doppler Velocity Log (DVL) with current profiling (also known as an Acoustic Doppler Current Profiler) are required for the Autosub Long Range AUV programme. In this document, these will be referred to as the ADCPs. The tenderer is asked to quote for price and delivery for up to 8 ADCPs. Current Profiling provided (ADCP mode) - required for both science data and for AUV navigation relative to water frame of reference. Communications interface which must be supported RS232, 19200 baud - compatibility with existing AUV system hardware and software. Unit Depth Rating is 6000m minimum - interchangeability between the AUV fleet. Power Supply Voltage Range supported includes range 24 volts to 48 volts - compatibility with existing AUV system hardware Weight in water is less than 15kg - affecting overall buoyancy and energy contingency. RDI PD0 output format supported - compatibility with existing AUV software. Materials suitable for long term (1 year) submersion in sea water (e.g. Titanium or plastics) - long term AUV deployments. Bottom tracked (or from ice ahead) dead reckoned navigation is critical for successful missions. The AUV will be required to operate in a variety of water depths and AUV depths. Greater bottom track ADCP range gives greater operational flexibility. Compatibility with existing software. Without this the levelling software will need developing and testing. For system speed of sound correction (given fixed salinity information). If included, this reduces software and system development effort. Lower peak power simplifies the design of the AUV power supply system. Less weight means more payload or batteries can be carried. Spares Provision: Spares are not required within this tender. Required Documentation: * System Description * Pre-use checks * Operator guide * Recommended planned maintenance * Test procedures for all systems and sub-systems * Data sheets and details for all components in the system Delivery Date: Delivery of less than 12 weeks post purchase order delivered to supplier. Warranty: It is required that a minimum manufacturer's warranty of 12 months is supplied. Additional information: DO NOT APPLY DIRECTLY TO THE BUYER As part of the strategic alliance between UK Shared Business Services (UK SBS) and Crown Commercial Service (CCS), UK SBS can use the CCS eSourcing Suite for future procurements. If you have not yet registered on the eSourcing Suite, this can be done online at https://gpssourcing.cabinetoffice.gov.uk by following the link \"Register for CCS eSourcing\". Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation you are registering, who will be entering into a contract if invited to do so. 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@crowncommercial.gov.uk. Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered Bidder; and the name and contact details for the registered individual sending the email. Crown Commercial Service 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. The Sourcing documents can then be assessed on the eSourcing Suite at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in the Specification documents with Contracts Finder.",
"datePublished": "2017-03-07T14:50:55Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "33112320",
"description": "Doppler equipment"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "SO14 9ZH"
},
{
"postalCode": "SO14 9ZH"
}
]
}
],
"minValue": {
"amount": 150000,
"currency": "GBP"
},
"value": {
"amount": 165000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2017-04-20T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2017-05-16T00:00:00+01:00",
"endDate": "2018-05-15T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "works",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/eb1137a4-960e-45cb-b75b-c37c2eebd2f2",
"datePublished": "2018-03-27T13:46:53+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/dXGP288m",
"name": "UK SHARED BUSINESS SERVICES LIMITED",
"identifier": {
"legalName": "UK SHARED BUSINESS SERVICES LIMITED",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/dXGP288m"
},
"address": {
"streetAddress": "UK Shared Business Services Ltd, Polaris House, North Star Avenue",
"locality": "Swindon",
"postalCode": "SN2 1FF",
"countryName": "England"
},
"contactPoint": {
"email": "Majorprojects@uksbs.co.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/dXGP288m",
"name": "UK SHARED BUSINESS SERVICES LIMITED"
}
}