Tender

Supply, Delivery, Installation of Scanning Acoustic Microscopy equipment

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2024/S 000-031376

Procurement identifier (OCID): ocds-h6vhtk-04a4a2

Published 1 October 2024, 2:14pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

McCance Building, 16 Richmond Street

Glasgow

G1 1XQ

Email

procurementenquiries@strath.ac.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.strath.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

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/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

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://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

Supply, Delivery, Installation of Scanning Acoustic Microscopy equipment

Reference number

UOS-31862-2024

two.1.2) Main CPV code

  • 38510000 - Microscopes

two.1.3) Type of contract

Supplies

two.1.4) Short description

NMIS require C-SAM (scanning acoustic microscope) capability. C-SAM is required to non-destructively inspect work-pieces at various stages of our semiconductor packaging process. We require a machine that can accept samples approximately 500 x 500 mm and is suitable for use in a semiconductor manufacturing context to detect delamination and other structural discontinuities in semiconductor packages. Machine outputs should include high resolution C-Scan images, and possibly A- and B- scan images.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38510000 - Microscopes

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

NMIS

two.2.4) Description of the procurement

NMIS require C-SAM (scanning acoustic microscope) capability. C-SAM is required to non-destructively inspect work-pieces at various stages of our semiconductor packaging process. We require a machine that can accept samples approximately 500 x 500 mm and is suitable for use in a semiconductor manufacturing context to detect delamination and other structural discontinuities in semiconductor packages. Machine outputs should include high resolution C-Scan images, and possibly A- and B- scan images.

two.2.5) Award criteria

Quality criterion - Name: quality / Weighting: 50

Price - Weighting: 50

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

Duration in months

17

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

The Contracting Authority reserves the right to request additional deliveries by the Successful Tenderer, either intended as partial

replacement of supplies or installations or as extensions of existing supplies and installations.

The Contracting Authority may at it's sole discretion exercise this option

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.1.2) Economic and financial standing

List and brief description of selection criteria

4B 1.2 Turnover

Bidders will be required to have an general yearly turnover of a minimum of 500,000 GBP for the last 3 (three) years, to ensure the University is protected from any unforeseen financial risks that may impact the supplier or supply chain

Minimum level(s) of standards possibly required

Insurance requirements are in line with levels identified in the UOS standard Terms and Conditions.

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

The Contractor shall maintain in force with reputable insurers:

Employer’s (Compulsory) Liability Insurance = GPB10m

Public and Product Liability Insurance = GBP10m

Professional Risk Indemnity Insurance = GBP2m

In respect of any one incident and unlimited as to numbers of claims

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2 - Experience

Minimum level(s) of standards possibly required

Bidders will be required to provide three (3) examples that demonstrate that they have the relevant experience to deliver the supplies and services as described in part II.2.4 of the Find a Tender Service Contract Notice or relevant section of the Site Notice.


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

31 October 2024

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

31 October 2024

Local time

12:00pm

Place

University of Strathclyde


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 27658

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 27658. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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

Please see Procurement documentation for full details of the Community Benefits applicable to this contract

(SC Ref:779004)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

Glasgow

Country

United Kingdom