Tender

Provision of a 200mm Spectroscopic Ellipsometer

  • UNIVERSITY OF SOUTHAMPTON

F02: Contract notice

Notice identifier: 2023/S 000-020225

Procurement identifier (OCID): ocds-h6vhtk-03e1d4

Published 14 July 2023, 10:30am



Section one: Contracting authority

one.1) Name and addresses

UNIVERSITY OF SOUTHAMPTON

BUILDING 85, HIGHFIELD CAMPUS,UNIVERSITY ROAD

SOUTHAMPTON

SO171BJ

Contact

Morgan Hughes

Email

procurement@soton.ac.uk

Telephone

+44 2380591656

Country

United Kingdom

Region code

UKJ32 - Southampton

UK Register of Learning Providers (UKPRN number)

10007158

Internet address(es)

Main address

http://www.southampton.ac.uk

Buyer's address

https://in-tendhost.co.uk/universityofsouthampton/aspx/Home

one.3) Communication

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

https://in-tendhost.co.uk/universityofsouthampton

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

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

Provision of a 200mm Spectroscopic Ellipsometer

Reference number

2023UoS-0684

two.1.2) Main CPV code

  • 38300000 - Measuring instruments

two.1.3) Type of contract

Supplies

two.1.4) Short description

The SNC (Southampton Nanofabrication Centre) wants to purchase a Spectroscopic Ellipsometer capable of handling 200mm wafers. Spectroscopic Ellipsometery is an essential characterisation technique for the facility and is used daily to rapidly qualify the majority of all lithographic, deposition, and etch processing. Throughput, measurement speed, and sample flexibility are important factors to this procurement.

two.1.5) Estimated total value

Value excluding VAT: £250,000

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

The SNC (Southampton Nanofabrication Centre) wants to purchase a Spectroscopic Ellipsometer capable of handling 200mm wafers. Spectroscopic Ellipsometery is an essential characterisation technique for the facility and is used daily to rapidly qualify the majority of all lithographic, deposition, and etch processing. Throughput, measurement speed, and sample flexibility are important factors to this procurement.

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 described in the Specification.

The University proposes to enter into a Contract for one year and six months - this will be the maximum contract period.

This will comprise of an initial contract period of six months for the provision of the equipment with an additional twelve months warranty period for support and maintenance.

The contract will be effective on signing. The term of the warranty of twelve months will run from the date of acceptance of the equipment.

The estimated value of the contract is £250,000.00 excluding VAT. This value includes all related components, services and maintenance for the contract period.

two.2.5) Award criteria

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

Quality criterion - Name: Desirable Technical - Overall / Weighting: 80%

Quality criterion - Name: Desirable Technical - Section 2: Compliance with the Installation requirements of the specification : / Weighting: 7.50%

Quality criterion - Name: Desirable Technical - Section 3: Compliance with the Optical Sources and Detectors requirements of the specification / Weighting: 19.30%

Quality criterion - Name: Desirable Technical - Section 4: Compliance with the Measurement hardware requirements of the specification / Weighting: 21.90%

Quality criterion - Name: Desirable Technical - Section 5: Compliance with the Measurement requirements of the specification / Weighting: 16.10%

Quality criterion - Name: Desirable Technical - Section 6: Compliance with the Data Analysis and Fitting requirements of the specification / Weighting: 7.50%

Quality criterion - Name: Desirable Technical - Section 7: Compliance with the Future Proofing requirements of the specification / Weighting: 7.70%

Cost criterion - Name: Cost criterion / Weighting: 20%

two.2.6) Estimated value

Value excluding VAT: £250,000

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

Duration in months

18

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 Potential Suppliers/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: £10 million GBP per occurrence.

Public Liability: £10 million GBP per occurrence.

Product Liability: £10 million GBP per occurrence and in aggregate.

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:

Grounds for mandatory exclusion

- Mandatory technical requirements M1 to M56

- Grounds for discretionary exclusion

- Economic & Financial Standing

- Insurance

- Compliance with equality legislation

- Health & Safety

- Legal requirements

- Advertising, competitive activity & registration

- 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

15 August 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

15 August 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.

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 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, 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

University of Southampton

Southampton

Country

United Kingdom