Tender

Real-time Oscilloscope & Optical Modulation Analyser

  • UNIVERSITY OF SOUTHAMPTON

F02: Contract notice

Notice identifier: 2023/S 000-009968

Procurement identifier (OCID): ocds-h6vhtk-03bcd0

Published 5 April 2023, 2:02pm



Section one: Contracting authority

one.1) Name and addresses

UNIVERSITY OF SOUTHAMPTON

BUILDING 37, HIGHFIELD CAMPUS,UNIVERSITY ROAD

SOUTHAMPTON

SO171BJ

Contact

Amy Taylor

Email

procurement@soton.ac.uk

Telephone

+44 2380595000

Country

United Kingdom

Region code

UKJ32 - Southampton

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

http://www.southampton.ac.uk

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

Real-time Oscilloscope & Optical Modulation Analyser

Reference number

2023UoS-0677

two.1.2) Main CPV code

  • 38342000 - Oscilloscopes

two.1.3) Type of contract

Supplies

two.1.4) Short description

This purchase is for a Real-Time Oscilloscope and Optical Modulation Analyser and is part of a project that aims at establishing an open experimental facility for the UK research community that will enable its users to experiment over a wide range of wavelengths, and generate, detect and analyse signals at unprecedented speeds. The new facility will enable the characterisation of signals in time and will offer a detailed analysis of their frequency components. Coherent detection will be possible, thereby offering information on both the amplitude and phase characteristics of the signals.

This unique capability of the new equipment will enable its users to devise and execute a range of novel experiments. For example, it will be possible to experiment using signals, such as those that will be adopted in the communication networks of the future. It will make it possible to reveal the characteristics of novel devices and components to an extent that has previously not been possible. It will also be possible to analyse the response of experimental systems in unprecedented detail.

The equipment will benefit from being situated at the University of Southampton, which has established strong experimental capabilities in areas, such as photonics, communications and the life sciences. Research at the extended cleanroom complex of Southampton's Zepler Institute, a unique facility in UK academia, will benefit from the availability of this equipment, which will enable fabrication and advanced applications research to be intimately connected.

two.1.5) Estimated total value

Value excluding VAT: £1,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ32 - Southampton
Main site or place of performance

Southampton, Hampshire, UK

two.2.4) Description of the procurement

This purchase is for a Real-Time Oscilloscope and Optical Modulation Analyser and is part of a project that aims at establishing an open experimental facility for the UK research community that will enable its users to experiment over a wide range of wavelengths, and generate, detect and analyse signals at unprecedented speeds. The new facility will enable the characterisation of signals in time and will offer a detailed analysis of their frequency components. Coherent detection will be possible, thereby offering information on both the amplitude and phase characteristics of the signals.

The University is conducting this procurement using the Open procedure in accordance with the requirements of the Regulations for the purpose of procuring the goods and services described in the Specification. The University proposes to enter into a contract for up to 3 years and 4 months with the successful tenderer.

This will compromise of a warranty period of 3 years following an estimated delivery lead time of 4 months. Please note delivery time is estimated. Should the estimated delivery date be exceeded, the contract length will be extended and the 3 year warranty period will begin upon the delivery and acceptance of goods.

The contract will be effective on signing. The term of the warranty will run for 3 years from the date of acceptance of the goods by the University.

Contract Value: The estimated value of the proposal is £1,200,000.00 GBP excluding VAT. Whilst bidders are expected to provide a proposal that falls within this budget, for the benefit of doubt, the University reserves the right to automatically exclude any bidders whose proposal exceeds this figure. All related components, delivery, installation, commissioning, training, services and warranties MUST be included within the proposal. Details of current expenditure or potential future uptake are given as a guide based on past purchasing and current planning to assist you in the preparation of your Tender. They should not be interpreted as an undertaking to purchase any goods or services to any particular value and do not form part of the Contract.

This procurement 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.

two.2.5) Award criteria

Quality criterion - Name: Mandatory Technical Requirements / Weighting: Pass/Fail

Quality criterion - Name: Desirable Technical Requirements / Weighting: 35%

Quality criterion - Name: Training Requirements / Weighting: 20%

Quality criterion - Name: Support Requirements / Weighting: 10%

Quality criterion - Name: Implementation Requirements / Weighting: 5%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £1,200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

40

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 ratings 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: £10 million GBP per occurrence.

Public Liability: £10 million GBP per occurrence.

Product Liability: £10 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:

- Mandatory Technical Requirements 1.1 to 1.8

- Grounds for mandatory exclusion

- Grounds for discretionary exclusion

- Economic and Financial Standing

- Insurance

- Compliance with equality legislation

- Health and Safety


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

9 May 2023

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

9 May 2023

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://intendhost.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.

Tenderers are advised that there will be no hard copy documents issued and all communications with the University, including the submission of Invitation to Tender responses will be conducted via In-Tend.

Regular monitoring of the portal is the responsibility of the 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'.

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 and subject to Article 5 and Annex 5, Part D (13) of Directive 2014/24/EU of the European Parliament and of the Council (if applicable), 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, tenderers are consenting to publication of this information unless otherwise agreed in advance with the University.

Costs and Expenses: 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 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

University of Southampton

University Road

Southampton

SO17 1BJ

Email

procurement@soton.ac.uk

Country

United Kingdom