Section one: Contracting authority
one.1) Name and addresses
UNIVERSITY OF SOUTHAMPTON
BUILDING 37, HIGHFIELD CAMPUS,UNIVERSITY ROAD
SOUTHAMPTON
SO171BJ
Contact
Kayleigh Luckins
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