Tender

E-beam Evaporator

  • University Of Edinburgh

F02: Contract notice

Notice identifier: 2021/S 000-017641

Procurement identifier (OCID): ocds-h6vhtk-02cc57

Published 26 July 2021, 12:44pm



Section one: Contracting authority

one.1) Name and addresses

University Of Edinburgh

Charles Stewart House, 9-16 Chambers Street

Edinburgh

EH1 1HT

Contact

Mark Eardley

Email

mark.eardley@ed.ac.uk

Telephone

+44 1316502508

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.ed.ac.uk/schools-departments/procurement/supplying

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

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

E-beam Evaporator

Reference number

EC0936

two.1.2) Main CPV code

  • 38400000 - Instruments for checking physical characteristics

two.1.3) Type of contract

Supplies

two.1.4) Short description

The University of Edinburgh (the Buyer) invites competitive tenders for the supply and delivery of an e-beam metal evaporation (typically Ti/Pt/Al/Zinc) system capable of depositing a range of metals and oxides (including Al2O3) from four pockets with distance between source and target sufficient for good lift off processing. The supplier will install and commission the e-beam evaporator at the Scottish Microelectronics Centre.

two.1.5) Estimated total value

Value excluding VAT: £180,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Scottish Microelectronics Centre,

The School of Engineering,

The University of Edinburgh,

Alexander Crum Brown Road,

Edinburgh, EH9 3FF.

two.2.4) Description of the procurement

Supply, delivery, installation and commissioning of an e-beam metal evaporation system.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

12

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: Yes

Description of options

Information regarding optional extras can be found within Schedule 4, Pricing Schedule.

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Staff must be appropriately qualified to install and commission the instrument.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The successful tenderer will be required to provide 3 years audited accounts, or equivalent, prior to being awarded the Contract, or confirm in their submission the publicly accessible, free, online location of accounts in such a format. There must be no qualification or contra-indication from any evidence provided in support of the Contractor's economic and financial standing.

Minimum level(s) of standards possibly required

SPD 4B.1.1 Statement

Bidders will be required to have a minimum "general" yearly turnover of GBP 360,000 for the last 3 years.

SPD 4B.3 Statement

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

SPD 4B.5.1 and 4B.5.2 Statements

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below.

Public Liability Insurance = 2,000,000 GBP

Employer's (Compulsory) Liability Insurance = 5,000,000 GBP

Product Liability Insurance = 1,000,000 GBP

Please note that these levels are 'for each and every claim' and there will be no limit of liability accepted. Bidders must also confirm they can provide supporting evidence at point of award.

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPD 4C.2 Statement

Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.

SPD 4C.10 Statement

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Minimum level(s) of standards possibly required

SPD Statement 4D.1:

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) the bidder must have the following: A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

SPD 4D.2 Statement:

Suppliers should have an up to date environmental policy which highlights how it relates to the reduction of energy consumption and environmental good practice systems, including ISO 14001, or EMAS, (or equivalent) which form part of your business practice.

Technical Minimum standards relating to the service requirements are included in section 1.81 of the Qualification envelope on PCS-Tender.

Safety Standards

- Equipment Tenderers must ensure compliance with all relevant UK statutes and regulations.

- Compliance with all relevant European norms concerning the safety and installation of the equipment is required.

- Equipment Tenderers must report any special instructions or requirements to ensure that the equipment will be safe and not put health at risk. This is without prejudice to any responsibility under the Health and Safety at Work Act.

- The equipment (or ancillaries) must be capable of passing the Electricity at Work Regulation latest editions with regard to portable electrical appliance testing, where applicable. If there are special requirements for testing, the Tenderer should provide detailed electrical certification detailing these exceptions at the time of purchase.

- Provision and Use of Work Equipment Regulations latest editions

Electrical Supply

- All equipment must comply with current UK regulation.

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: Yes

four.2) Administrative information

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

Date

27 August 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

27 August 2021

Local time

12:00pm


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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project Code is 18574.

This procurement includes additional procurement-specific minimum requirements which are detailed in section 1.81 of the Qualification Envelope in PCS-T.

Note: Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the SPD Supplier Response Forms attached to the SPD question 2A.17.4 and 2C.1.1 on PCS-T. These parties complete the first three sections of the SPD form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. The University reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria.

Note: Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (as indicated in SPD section 3D). Without prejudice to any additional relevant duties, suppliers should note that this includes obligations under:

-The Modern Slavery Act 2015(available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted)

- The ILO conventions and other measures listed in Annex X of Directive 2014/24/EU(available at

https://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?

uri=CELEX:32014L0024&from=EN)

-The Equality Act 2010 (available at https://www.legislation.gov.uk/ukpga/2010/15/contents)

-The Employment Relations Act 1999 (Blacklists) Regulations 2010(http://www.legislation.gov.uk/uksi/2010/493/contents/made) -this is grounds for mandatory exclusion or termination at any procurement or contract stage.

At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18574. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 40571. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Please see technical question 8.

(SC Ref:652405)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom