Section one: Contracting authority
one.1) Name and addresses
Sheffield Hallam University
City Campus,Howard Street
SHEFFIELD
S11WB
Contact
Procurement Team
strategicprocurement@shu.ac.uk
Country
United Kingdom
NUTS code
UKE32 - Sheffield
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/sheffieldhallamuniversity
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/sheffieldhallamuniversity
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://in-tendhost.co.uk/sheffieldhallamuniversity
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
INVITATION TO TENDER FOR XRF Spectrometer
Reference number
2122-09-RIS-SH
two.1.2) Main CPV code
- 38433000 - Spectrometers
two.1.3) Type of contract
Supplies
two.1.4) Short description
The University has identified a need for an X-ray Fluorescence (XRF) spectrometer. This is to replace the 20 years old PANalytical MagiX PRO wavelength dispersive XRF spectrometer which is currently in the X-ray laboratory within the Harmer building room 2019, part of the Materials and Engineering Research Institute (MERI).
two.1.5) Estimated total value
Value excluding VAT: £161,666.67
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33110000 - Imaging equipment for medical, dental and veterinary use
two.2.3) Place of performance
NUTS codes
- UKE32 - Sheffield
Main site or place of performance
SHEFFIELD
two.2.4) Description of the procurement
The University has identified a need for an X-ray Fluorescence (XRF) spectrometer. This is to replace the 20 years old PANalytical MagiX PRO wavelength dispersive XRF spectrometer which is currently in the X-ray laboratory within the Harmer building room 2019, part of the Materials and Engineering Research Institute (MERI). The replacement instrument will be sited in the X-ray laboratory, Harmer building room number 2019. There is already suitable power, cooling water and gas connections in this laboratory which were used for the MagiX PRO. The replacement instrument will be able to use these connections. No extra building work will be required to accommodate any potential replacement instrument.
XRF uses X-rays as a chemical analysis tool, usually on solid samples. When X-rays of an appropriate energy interact with a particular element in a sample this causes electrons in the sample to be excited to a higher energy state. When the electron returns to its original electronic state an X-ray photon is emitted, this photon has an energy corresponding to the difference between the two electronic states. Each electronic transition has a different X-ray energy; therefore, by detecting the energy of the emitted photons from XRF the elements present can be detected. The proportions of different elements can then be determined from the intensities of the detected X-ray photons.
The technical specification tables of requirements below detail the essential and highly desirable performance or functional requirements of the machine identified by the University.
We also require information about Warranty, Documentation, Maintenance, Delivery, Installation, Commissioning and Acceptance Testing, Training, Health and Safety (H&S) and Technical Support within the Quality Criteria (Reply Form 3) section of the tender pack.
The equipment needs to be delivered and installed including training by 31st May 2022. Three members of university staff will require full training on the machine, and this will need to be completed over the period between 15th February 2022 - 31st May 2022.
two.2.5) Award criteria
Quality criterion - Name: Ability to meet essential technical requirements / Weighting: PASS/FAIL
Quality criterion - Name: Ability to meet Desirable technical requirements / Weighting: 29%
Quality criterion - Name: Usability, Operation and System Configuration / Weighting: 5%
Quality criterion - Name: Build Quality and Future Proofing / Weighting: 2%
Quality criterion - Name: Cost and Impact of ownership (Social Value) / Weighting: 2%
Quality criterion - Name: Delivery / Weighting: 2%
Quality criterion - Name: Installation, Commissioning and Training / Weighting: 3%
Quality criterion - Name: Warranty / Weighting: 4%
Quality criterion - Name: Service Packages / Weighting: For Information Only
Quality criterion - Name: Student Opportunities (Social Value) / Weighting: 5%
Quality criterion - Name: Site Preparation / Weighting: For Information Only
Quality criterion - Name: Social Value Considerations (Social Value) / Weighting: 3%
Quality criterion - Name: System Development, Security and Software Functionality/Support / Weighting: 5%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £161,666.67
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: Yes
two.2.11) Information about options
Options: No
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
17 December 2021
Local time
10:00am
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 December 2021
Local time
10:01am
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.4) Procedures for review
six.4.1) Review body
Sheffield Hallam University
Howard St, Sheffield City Centre, Sheffield S1 1WB
Sheffield
S1 1WB
Country
United Kingdom