Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

UK SBS PR16271 Geological borehole/well core and sample scanners, software and related equipment.

  • First published: 19 September 2017
  • Last modified: 19 September 2017

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
UK Shared Business Services Ltd
Authority ID:
AA50908
Publication date:
19 September 2017
Deadline date:
25 October 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 — 100mm 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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

UK Shared Business Services Limited

Polaris House

Swindon

SN2 1FF

UK

Contact person: Rachel Rose

Telephone: +44 1793867000

E-mail: majorprojects@uksbs.co.uk

NUTS: 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

Polaris House

Swindon

SN2 1FF

UK

Contact person: Rachel Rose

Telephone: +44 1793786000

E-mail: ExpressionOfInterest@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://gpsesourcing.cabinetoffice.gov.uk/emptoris

Tenders or requests to participate must be sent electronically to:

https://gpsesourcing.cabinetoffice.gov.uk/emptoris


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: public procurement

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

UK SBS PR16271 Geological borehole/well core and sample scanners, software and related equipment.

Reference number: UK SBS PR16271

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:

1. Multiparameter scanner for measuring a range of basic physical properties

2. High-resolution XRF scanner for determining element concentrations at high spatial resolution and with low detection limits

3. High-throughput XRF scanner for determining element concentrations when several metre length sticks of core can be loaded.

4. One hand held XRF scanner, with option for a second

5. X-RAY CT for 2 and 3D imaging of the core to visualise internal structural details

6. 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

Lot No: 1

II.2.1) Title

Multiparameter Scanner

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 & 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 — 100mm 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.2.7) 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.2.9) Information about the limits on the number of candidates to be invited

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

High Resolution XRF Scanner

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 & 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.2.7) 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.2.9) Information about the limits on the number of candidates to be invited

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

High Throughput XRF Core Scanner

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 & 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 10cm 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.2.7) 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.2.9) Information about the limits on the number of candidates to be invited

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Hand Held XRF Scanner

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 & 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.2.7) 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.2.9) Information about the limits on the number of candidates to be invited

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

X-Ray CT Core Scanner

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 & 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 lab-samples.

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.2.7) 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.2.9) Information about the limits on the number of candidates to be invited

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

CT Visualisation Software

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 & 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.2.7) 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.2.9) Information about the limits on the number of candidates to be invited

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 licencing, plug-ins and training.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

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 beassessed 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

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 25/10/2017

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

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: 25/10/2017

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 Ltd

Polaris House

Swindon

SN2 1FF

UK

Telephone: +44 1793867000

E-mail: policy@uksbs.co.uk

Internet address(es)

URL: www.uksbs.co.uk

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

UK Shared Business Services Ltd

Polaris House

Swindon

SN2 1FF

UK

Telephone: +44 1793867000

E-mail: policy@uksbs.co.uk

VI.5) Date of dispatch of this notice

15/09/2017

Coding

Commodity categories

ID Title Parent category
38200000 Geological and geophysical instruments Laboratory, optical and precision equipments (excl. glasses)
48328000 Image-processing software package Drawing and imaging software package
38400000 Instruments for checking physical characteristics Laboratory, optical and precision equipments (excl. glasses)
38540000 Machines and apparatus for testing and measuring Checking and testing apparatus
38520000 Scanners Checking and testing apparatus

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
majorprojects@uksbs.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.