Section one: Contracting authority
one.1) Name and addresses
UNIVERSITY OF SOUTHAMPTON
University Road
SOUTHAMPTON
SO17 1BJ
Contact
Jo Fotheringham
Telephone
+44 2380595000
Country
United Kingdom
NUTS code
UKJ3 - Hampshire and Isle of Wight
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/universityofsouthampton
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/universityofsouthampton/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/universityofsouthampton/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Multi-Collector ICP-MS Instrument for Isotope Analysis
Reference number
2020UoS-0149
two.1.2) Main CPV code
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.1.3) Type of contract
Supplies
two.1.4) Short description
This project is for the supply of a Multi-Collector Inductively Coupled Plasma Mass Spectrometer (MC-ICP-MS) for the Geochemistry Group of the University of Southampton based at the National Oceanography Centre Southampton.
two.1.5) Estimated total value
Value excluding VAT: £692,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38433100 - Mass spectrometer
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
Main site or place of performance
Southampton, Hampshire, United Kingdom.
two.2.4) Description of the procurement
This project is for the supply of a Multi-Collector Inductively Coupled Plasma Mass Spectrometer (MC-ICP-MS) for the Geochemistry Group of the University of Southampton based at the National Oceanography Centre Southampton. The instrument we seek will complement our existing instrument capabilities (including Multi-Collector ICP-MS, Sector Magnet ICP-MS, Quadrupole and Triple-Quad ICP-MS). The primary requirement is for a MC-ICP-MS instrument that will provide accurate and precise boron isotope ratio analyses of carbonate materials (such as stony coral, foraminifera, calcite, carbonate pellets) via laser ablation. Specialised analyses of this type are a major research focus of our group and we have experienced and committed research staff who will support the analytical developments of this project. A secondary requirement is for this instrument to make accurate and precise measurements of isotope ratios of other elements (other than gases) in a wider range of materials via laser ablation and solution-based sample introduction systems. Sample types will include both natural materials (rocks and minerals, seawater, other natural waters, biological materials, etc.) and synthetic materials (nanoparticles, manufactured products, etc.).
Mandatory Requirements are set out in File 4 - Specification.
The system must be delivered, commissioned and successfully pass user acceptance testing as per the requirements set out in File 4 - Specification.
A warranty with a minimum period of 12 months (including parts, labour and onsite engineer visits) must be included as part of the proposal.
Onsite commissioning, user acceptance testing, user training and any associated costs must be detailed as part of the proposal, additional costs should be included for information purposes only in the commercial requirements response document.
Shipping / delivery of the equipment to the University must be DAP incoterms 2020.
The University proposes to enter into a Contract for 1 year plus an optional year dependant on the warranty levels offered by tenderers in their Tender submission.
There will be an optional 3 year extension for support and maintenance subject to satisfactory performance and at the discretion of the University. Thecontract will be effective on signing.
The initial term of the warranty will run from the date of commissioning of the equipment at the University with extensions if agreed, running from the expiry of the initial contract period, if so agreed by the University. The Contract will be for a maximum of 5 years from the date of commissioning at the University.
The estimated value of the initial 12 month contract period is £628,000.00 , excluding VAT. This value includes all related components, services and maintenance for the initial contract period.
The total estimated value of this contract is £692,000.00 excluding VAT, this value takes into account the estimated value of extending the service and maintenance contract up to an additional 5 years.
two.2.5) Award criteria
Quality criterion - Name: Mandatory / Weighting: Pass/Fail
Quality criterion - Name: Quality / Weighting: 75%
Price - Weighting: 25%
two.2.6) Estimated value
Value excluding VAT: £692,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Lots: This contract is NOT suitable for splitting into lots. The risk of dividing the requirement into Lots would render the execution of the contract excessively technically difficult, not cost effective and would undermine proper execution of the contract.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
To support the financial assessment, the University will obtain a Business Risk Report for all Tenderers and every organisation that is being relied on to meet this procurement, using an independent company called Creditsafe.
The University reserves the right to exclude a Tenderer or request provision of further assurances such as parent company/bank guarantee or performance bonds where a Tenderer's Business Risk Score is: "Moderate Risk"; "High Risk"; "Very High Risk"; or "Not Rated", based on the rating provided by Creditsafe
Where a Business Risk Score from our external system is not available, then an alternative method of assessing financial standing will be used. This method is detailed within the Invitation to Tender document set.
Minimum level(s) of standards possibly required
Tenderers are advised that a requirement of this procurement is to have in place, or commit to obtain prior to the commencement of the contract, the following minimum insurance levels:
Employers (Compulsory) Liability: £5 million GBP per occurrence.
Public Liability: £5 million GBP per occurrence.
Product Liability: £5 million GBP per occurrence and in aggregate
Professional Indemnity Insurance: £2 million GBP per occurrence.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers attention is drawn to the MANDATORY requirements of the award criteria:
e.g.
- Grounds for mandatory exclusion
- Grounds for discretionary exclusion
- Economic & Financial Standing
- Insurance
- Compliance with equality legislation
- Health & Safety
- Legal requirements - Specification section 20
- Management Information - Specification section 23
- Advertising, competitive activity & registration - Specification Section 24, 25 & 26 Control of Contractors Health & Safety (CC3) Form
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 February 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 February 2021
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
E-Tendering Portal: The University is utilising an electronic tendering tool, In-Tend (https://in-tendhost.co.uk/universityofsouthampton) to manage this procurement and to communicate with potential suppliers and/or tenderers (as appropriate).
All documentation in relation to this tender can be downloaded from In-Tend.
Potential suppliers/tenderers are advised that there will be no hard copy documents issued and all communications with the University, including the submission of Selection Stage and/or Invitation to Tender responses will be conducted via In-Tend.
Regular monitoring of the portal is the responsibility of the potential supplier/tenderer.
If you are not already registered as a supplier with the University of Southampton, you will need to register in In-Tend in order to access the procurement documentation.
Once you have logged in as a supplier: click on 'Tenders'; locate the relevant project; and click 'View Details'. Once you are in the project screen, you will be able to register your organisation against the project and access all documentation by clicking 'Express Interest'.
Potential suppliers/tenderers are advised that formal expressions of interest in the project must be by way of completion and return of the relevant documents via In-Tend.
Further instructions for the submission of responses are below:
To submit your return:
1. Log in
2. Click 'Tenders'
3. Locate the relevant project
4. View details
5. Click on the tab relating to the relevant project stage (e.g. 'Invitation to Tender')
6. Click on the 'Attach Documents' button and upload your return.
7. Check ALL your response documents are uploaded and displayed in the 'My Tender Return' panel. The system will only permit your organisation to make one return.
8. Click the red 'Submit Return' button.
Please note, to preserve the integrity of the procurement, all communications with the University must be made via the correspondence function within In-Tend.
Publication of Award Details: In accordance with Regulation 50, paragraph (2) of the Public Contracts Regulations 2015. The University intends to publish the value of any resulting contract at the award stage, and reserves the right to do so. By submitting a response, potential suppliers/tenderers are consenting to publication of this information unless otherwise agreed in advance with the University.
Costs and Expenses: Potential suppliers/tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances will the University be liable for any costs or expenses borne by potential suppliers/tenderers or any of their supply chain, partners or advisers in this procurement process.
The University is not liable for any costs in the event of the cancellation of this procurement process.
six.4) Procedures for review
six.4.1) Review body
The University of Southampton
Southampton
SO17 1BJ
Country
United Kingdom