Procurement is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Procurement of an Optical UV Mask Aligner and Up to Five Year Partnership for Additional Purchases |
Notice type: | Contract Notice |
Authority: | Procurement |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Royal Holloway, University of London wishes to establish a Contract for the provision of an advanced optical UV mask aligner nanofabrication tool, and a partnership to cover up to the next five years of maintenance, and any related purchases. Please see tender documentation for full details. Estimated value of initial equipment purchase -150k ex VAT/Potential reqs -100k ex VAT. |
Published: | 28/03/2023 14:31 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Royal Holloway and Bedford New College, known as Royal Holloway, University of London, United Kingdom
www.rhul.ac.uk, Egham, TW20 0EX, United Kingdom
Tel. +44 1784414181, Email: procurement@rhul.ac.uk
Contact: Procurement Team
Main Address: www.rhul.ac.uk, Address of the buyer profile: www.rhul.ac.uk
NUTS Code: UKJ25
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Egham:-Industrial-process-control-equipment./796BYCX38K
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Egham:-Industrial-process-control-equipment./796BYCX38K to the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Procurement of an Optical UV Mask Aligner and Up to Five Year Partnership for Additional Purchases
Reference Number: RHUL-23074
II.1.2) Main CPV Code:
38810000 - Industrial process control equipment.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Royal Holloway, University of London wishes to establish a Contract for the provision of an advanced optical UV mask aligner nanofabrication tool, and a partnership to cover up to the next five years of maintenance, and any related purchases. Please see tender documentation for full details. Estimated value of initial equipment purchase -150k ex VAT/Potential reqs -100k ex VAT.
II.1.5) Estimated total value:
Value excluding VAT: 250,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ25 West Surrey
II.2.4) Description of procurement: Royal Holloway, University of London wishes to establish a Contract for the provision of an advanced optical UV mask aligner nanofabrication tool, and a partnership to cover up to the next five years of maintenance, and any related purchases. Please see tender documentation for full details. Estimated value of initial equipment purchase - 150k ex VAT/Potential reqs - 0-100k ex VAT.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Anticipated contract duration 3 years plus one plus one year optional extensions
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 27/04/2023 Time: 11:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 2
IV.2.7) Conditions for opening of tenders:
Date: 27/04/2023
Time: 11:00
Place:
Electronic opening ceremony via Delta
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Egham:-Industrial-process-control-equipment./796BYCX38K
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/796BYCX38K
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 28/03/2023
Annex A