Tender

School of Earth and Environmental Sciences: StAGE laboratory 193nm Excimer Laser Ablation System

  • University of St Andrews

F02: Contract notice

Notice identifier: 2024/S 000-034254

Procurement identifier (OCID): ocds-h6vhtk-04b062

Published 23 October 2024, 9:48am



Section one: Contracting authority

one.1) Name and addresses

University of St Andrews

Walter Bower House, Eden Campus

Guardbridge

KY16 0US

Contact

Adrian Wood

Email

procurement@st-andrews.ac.uk

Telephone

+44 1334462523

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

http://www.st-andrews.ac.uk/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00111

one.3) Communication

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

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

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/universityofstandrews

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/universityofstandrews

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

School of Earth and Environmental Sciences: StAGE laboratory 193nm Excimer Laser Ablation System

two.1.2) Main CPV code

  • 38636100 - Lasers

two.1.3) Type of contract

Supplies

two.1.4) Short description

The School of Earth and Environmental Sciences seeks tender submissions for a new 193nm Excimer Laser Ablation System to be coupled with existing ICPMS instruments (a QQQ-ICPMS and a MC-ICPMS), for analysis of a wide array of natural samples including minerals and silicate meteorites.

two.1.5) Estimated total value

Value excluding VAT: £265,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38636100 - Lasers

two.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

UK-St Andrews

two.2.4) Description of the procurement

Laser system:

An 193nm UV excimer laser ablation system for ablation of silicate, phosphate, oxide and carbonate minerals to make trace element and isotope ratio measurements by split-stream coupling the laser system to a multi-collector inductively-coupled plasma mass spectrometer and a collision cell “triple quad” inductively-coupled plasma mass spectrometer. Ideally it would have an integrated LIBS detector and the ability to pair LIBS and LA-ICPMS analyses.

We require a 193 nm, short pulse (<7 ns) excimer laser system, capable of delivering a variable sized, homogeneous beam to produce reproducible, sharp-sided ablation pits in a range of matrices including: silicate, phosphate, carbonate and oxide minerals.

A two-volume sample chamber is required to allow efficient transfer of ablated material from samples of a range of sizes to the mass spectrometer(s) with rapid wash out to allow for efficient compositional imaging.

The ablation system will come with automated control of laser functions, x-y-z positioning of sample and carrier gas flows. The system will include high quality imaging of the sample to be ablated, and be capable of making 2D and 3D chemical images.

The system will be technically assessed against the Mandatory and Desirables Requirements. In overall scope our requirements include:

size and quality of the ablated pit, with emphasis on the smallest diameter of well-formed pits

depth of laser focus, allowing reproducible ablation of material on rough surfaces across a long traverse

two-volume sample chamber

reproducibility and robustness of stage positioning and correlation with reference images

reproducibility of trace element concentrations and isotope ratios across the sample cell

rapid computer-controlled switching between different spot sizes including x/y/angle shutter for making and rotating rectangles

speed and efficiency of sample wash out

quality of sample imaging optics

ease of use

small and reproducible laser induced elemental and isotopic fractionation

good pulse to pulse energy stability

capability of efficiently and reproducibly ablating a range of natural materials, including: silicate minerals including zircon, phosphates including monazite and apatite; oxides including cassiterite; carbonates including calcite

LIBS capability

2D/3D chemical mapping of sample sections via raster and drill-down

We wish be able to integrate the sample image with an independent sample map (for example obtained by secondary electron imaging). We also require the laser to generate independent triggering and synchronisation signals. The instrument is to be compatible with operation in conjunction with an Agilent 8800 Triple Quad and a Nu Plasma 1 multicollector ICPMSs. The system should be able to simultaneously trigger these instruments.

Key Requirements

A 193 nm Excimer laser capable of delivering a variable sized, homogeneous beam to produce reproducible, sharp-sided ablation pits in a range of matrices including: silicate, phosphate, carbonate and oxide minerals.

Automated control of laser functions, x-y-z positioning of sample and carrier gas flows, with sample imaging and a two-volume ablation chamber.

System must generate independent triggering and synchronisation signals, as frequently as each laser pulse.

Laser pulse length <7ns.

Two-volume sample chamber, capable of holding large diameter samples

Integrated mass flow controller(s) for carrier gas (He) (and ideally additional gas (N2))

User friendly software capable of running predefined spots automatically and unattended.

Please see tender documents for full details.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £265,000

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

Duration in months

4

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.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

All tenders for the University of St Andrews are administered through our eTendering System (InTend).To Express an Interest please go to our tender website at https://intendhost.co.uk/universityofstandrews

Please note that 'Notes of Interest' placed via PCS (Public Contracts Scotland) are not automatically accepted


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

25 November 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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

25 November 2024

Local time

12:00pm

Place

Procurement - University of St Andrews

Information about authorised persons and opening procedure

Appointed Procurement Staff.


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

All tenders for the University of St Andrews are administered through our eTendering System (InTend).To Express an Interest please go to our tender website at https://intendhost.co.uk/universityofstandrews

Please note that 'Notes of Interest' placed via PCS (Public Contracts Scotland) are not automatically accepted

(SC Ref:781302)

six.4) Procedures for review

six.4.1) Review body

Dundee Sheriff Court

6 West Bell Street

Dundee

DD1 9AD

Telephone

+44 1382229961

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The University of St Andrews will incorporate a minimum of 10 calendar day standstill period at the point of information on the award of the contract being communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from The University of St Andrews.

If an appeal regarding the award of contract has not been successfully resolved The Public Contracts (Scotland) Regulations 2012 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session.

The anticipated review body in such cases would be:

Dundee Sheriff Court

6 West Bell Street

Dundee

DD1 9AD

Telephone: +44 1382 229 961

Anyone bringing court proceedings against the University of St Andrews must inform the University of St Andrews in advance of the alleged breach and its intention to bring proceedings. Any such action must be brought within 15 days of the date on which a decision is sent to them or published to challenge that decision.

Proceedings seeking an ineffectiveness order must be brought within 30 days of the publication of the contract award notice in the OJEU, or 30 days from the date of a decision letter to all tenderers concerned, and any candidates concerned, containing a summary of the reason for the recipient being unsuccessful, otherwise 6 months from the date of entering into the contract or concluding the framework agreement.

Where a contract has not been entered into the Court may, by interim order, suspend the procurement procedure. The court may also set aside a decision or actions taken by the University or order it to amend and document; and/or award damages. However, by express requirement the court may decide not to grant an interim order when the negative consequences of such an order are likely to outweigh the benefits, having regard to a number of considerations.

If the contract has been entered into the Court may, depending on the nature of the breach: make an ineffectiveness order; impose a financial penalty; shorten the duration of the contract; make any other order considered appropriate to address the consequences of ineffectiveness or shortening the duration or the contract; award damages.