Tender

Provision of a 200mm High Performance Electron Beam Lithography System

  • UNIVERSITY OF SOUTHAMPTON

F02: Contract notice

Notice identifier: 2022/S 000-023589

Procurement identifier (OCID): ocds-h6vhtk-036266

Published 24 August 2022, 11:40am



The closing date and time has been changed to:

19 October 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

UNIVERSITY OF SOUTHAMPTON

BUILDING 37, HIGHFIELD CAMPUS,UNIVERSITY ROAD

SOUTHAMPTON

SO171BJ

Contact

Kayleigh Luckins

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

https://www.southampton.ac.uk/

Buyer's address

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

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained 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

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 High Performance Electron Beam Lithography System

Reference number

2021UoS-0345

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

The University is looking to procure a new 200mm capable high throughput Electron Beam Lithography (EBL) Write Tool for the Southampton Nanofabrication Centre, to be used by researchers, students, and the wider UK academic community to provide state-of-the-art nanometer scale lithography service.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

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
  • UKJ - South East (England)
Main site or place of performance

The equipment purchased under this tender exercise is to be delivered to:

University of Southampton

University Road

Southampton

Hampshire

SO17 1BJ

two.2.4) Description of the procurement

The Southampton Nanofabrication Centre is a state-of-the-art

facility for microfabrication and high-spec nanofabrication, as well

as a wide range of characterisation capabilities, housed in a

purpose built, 820m2 cleanroom in the Mountbatten Complex at

the University of Southampton.

One of the premier cleanrooms in Europe, the Centre has a

uniquely broad range of technologies, combining traditional and

novel top down fabrication with state-of-the-art bottom up

fabrication. This allows us to develop and produce a wide range of

devices in diverse fields such as electronics, nanotechnology and

bio nanotechnology and incorporate them into an equally

comprehensive array of nano and microsystems for analysis and

use. The characterisation capability is similarly extensive catalogue of microscopes and test gear, from nanometre resolution scanning microscopes to electrical, magnetic and RF analysis.

The University is looking to procure a new 200mm capable high throughput Electron Beam Lithography (EBL) Write Tool for the Southampton Nanofabrication Centre, to be used by researchers, students, and the wider UK academic community to provide state-of-the-art nanometer scale lithography service. The user base for the new instrument will be approximately 40 users.

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 sixteen

years. This will be the maximum contract period, including any potential extensions with the successful tenderer.

This contract term will comprise:

The initial contract period, comprising;

• A period of twelve months to cover the estimated lead time of the instrument,

• A two-year warranty period, and

• A four-year comprehensive service agreement

Followed by

• A further nine x twelve-month optional extension periods to the

comprehensive service agreement, subject to the satisfactory

performance and at the discretion of the University.

The contract will be effective on signing. The two-year warranty

period and four-year service agreement will run from the date of

delivery and acceptance of the equipment, estimated to be twelve

months after the commencement of the contract. Extensions, if

agreed, shall run from the expiry of the initial service agreement

period (year seven), if so agreed by the University. The Contract

will run for a maximum of sixteen years up until September 2038

(actual date is TBC following contract award).

The anticipated total value of the proposed solution including all of the extension periods shown above should be within the range of £4m to £5m excluding VAT. It is anticipated that the cost of the instrument itself and core services related to its installation and commissioning will be in the value of £3.14m GBP excluding VAT.

All related components, delivery, installation, commissioning, training, services, and maintenance MUST be included within the proposal.

Whilst bidders are expected to provide a proposal that falls within this budget, for the benefit of doubt, the University will not automatically exclude any bidders whose proposal exceeds this figure.

All related components, delivery, installation, commissioning, training, services, and maintenance 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 Requirement - Instrument / Weighting: 20

Quality criterion - Name: Mandatory Technical Requirement - Customer Support / Weighting: 5

Quality criterion - Name: Mandatory Technical Requirement - Delivery, Training and Logistics / Weighting: 5

Quality criterion - Name: Desirable Technical Requirements / Weighting: 60

Cost criterion - Name: Grand Total / Weighting: 10

two.2.6) Estimated value

Value excluding VAT: £5,000,000

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

Duration in months

192

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

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.


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: £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:

- Grounds for mandatory exclusion

- Grounds for discretionary exclusion

- Economic & Financial Standing

- Insurance

- Environmental Management

- Health & Safety

- Compliance with Conditions of 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: No

four.2) Administrative information

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

Originally published as:

Date

28 September 2022

Local time

12:00pm

Changed to:

Date

19 October 2022

Local time

12:00pm

See the change notice.

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

28 September 2022

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

SO17 1BJ

Country

United Kingdom