University of Leicester: LUV00884 The supply, installation and commissioning of a Photolithography Suite

  University of Leicester is using Delta eSourcing to run this tender exercise

Notice Summary
Title: LUV00884 The supply, installation and commissioning of a Photolithography Suite
Notice type: Contract Notice
Authority: University of Leicester
Nature of contract: Supplies
Procedure: Open
Short Description: The Space Research Centre at the University of Leicester wishes to procure one photolithography suite for nanofabrication processes including the manufacture of graphene field effect transistors, with feature sizes of ~1µm, with excellent repeatability. This procurement process is an OJEU Open Procedure, which is advertised on the University’s electronic tendering portal (Delta E-Sourcing), Contracts Finder and EU Publications Office as required within the Public Contract Regulations 2015. The contract is partly funded by a European Regional Development Fund (ERDF) grant award.
Published: 04/10/2019 15:49
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Leicester: Industrial process control equipment.
Section I: Contracting Authority
      I.1) Name and addresses
             University of Leicester
             University Road, Leicester, LE1 7RH, United Kingdom
             Tel. +44 1162522058, Email: acm26@le.ac.uk
             Contact: Anthony Midgley
             Main Address: https://www.delta-esourcing.com/, Address of the buyer profile: https://le.ac.uk
             NUTS Code: UKF21
      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-Leicester:-Industrial-process-control-equipment./5C2K8D4943
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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: LUV00884 The supply, installation and commissioning of a Photolithography Suite       
      Reference Number: LUV00884
      II.1.2) Main CPV Code:
      38810000 - Industrial process control equipment.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: The Space Research Centre at the University of Leicester wishes to procure one photolithography suite for nanofabrication processes including the manufacture of graphene field effect transistors, with feature sizes of ~1µm, with excellent repeatability.

This procurement process is an OJEU Open Procedure, which is advertised on the University’s electronic tendering portal (Delta E-Sourcing), Contracts Finder and EU Publications Office as required within the Public Contract Regulations 2015.

The contract is partly funded by a European Regional Development Fund (ERDF) grant award.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      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:
      UKF21 Leicester
      
      II.2.4) Description of procurement: As part of its Space Technology Applications from Research (STAR) Accelerator project, the Space Research Centre at the University of Leicester is developing a thin film manufacturing facility for in-house nanofabrication, R&D and prototyping of instruments for a wide range of technologies, including space and medical applications.
We are seeking to procure one photolithography suite for nanofabrication processes including the manufacture of graphene field effect transistors, with feature sizes of ~1µm, with excellent repeatability. The machine must meet a minimum technical requirement detailed in the Invitation to Tender (ITT) document against which the tender will be scored using pass/fail criteria and points awarded for exceeding certain criteria. The tenderer shall demonstrate this by written specification and/or drawings where the demonstration method is not specified in the specification included in the ITT.
This procurement process is an OJEU Open Procedure, which is advertised on the University’s electronic tendering portal (Delta E-Sourcing), Contracts Finder and EU Publications Office as required within the Public Contract Regulations 2015.
The contract is partly funded by a European Regional Development Fund (ERDF) grant award.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Cleanroom compatability / Weighting: Pass/fail
            Quality criterion - Name: Machine Size and Portability / Weighting: Pass/fail and 1%
            Quality criterion - Name: Sample Dimensions / Weighting: Pass/fail and 2%
            Quality criterion - Name: Lamp / Weighting: Pass/fail and 6%
            Quality criterion - Name: Optics and Maks / Weighting: Pass/fail and 3%
            Quality criterion - Name: Top and Bottom Side Alignment / Weighting: Pass/fail and 17%
            Quality criterion - Name: Ability to view the sample / Weighting: Pass/fail and 3%
            Quality criterion - Name: Vacuum / Weighting: Pass/fail and 3%
            Quality criterion - Name: User interface and software / Weighting: Pass/fail and 13%
            Quality criterion - Name: Machine Systems / Weighting: Pass/fail and 10%
            Quality criterion - Name: Safety / Weighting: Pass/Fail
            Quality criterion - Name: Delivery, Commissioning and Training / Weighting: Pass/fail and 1%
            Quality criterion - Name: Warranty and Service / Weighting: Pass/fail
                        
            Cost criterion - Name: Price submitted for photolithography suite / Weighting: 40
            Cost criterion - Name: Lowest ROM relocation cost / Weighting: 1
                              
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 6       
      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: The invitation to Tender document invites tenderers to submit prices for a number of optional items. The University reserves the right to accept or reject these options when evaluating tender submissions.
      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: Yes       
      Identification of the project: ERDF Project reference: 21R16P0676             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/5C2K8D4943       


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          
      Selection criteria as stated in the procurement documents       
      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    
      Selection criteria as stated in the procurement documents
      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: 08/11/2019 Time: 12:00
            
      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): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 08/11/2019
         Time: 14:00
         Place:
         Leicester
      

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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out in the procurement documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Industrial-process-control-equipment./5C2K8D4943

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5C2K8D4943
   VI.4) Procedures for review
   VI.4.1) Review body:
             See VI.4.3 below
       London, United Kingdom
       Tel. +44 1162522058
   VI.4.2) Body responsible for mediation procedures:
             See VI.4.3 below
          London, United Kingdom
          Tel. +44 1162522058
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    In accordance with Regulations 86 and 87 of the Public Contracts Regulations 2015, the University will incorporate a 10 calendar days standstill period starting from the day information on the award of the contract was communicated to tenderers. The regulations provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          See VI..4.3 above
       London, United Kingdom
       Tel. +44 1162522058
   VI.5) Date Of Dispatch Of This Notice: 04/10/2019

Annex A


View any Notice Addenda

View Award Notice

UK-Leicester: Industrial process control equipment.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       University of Leicester
       University Road, Leicester, LE1 7RH, United Kingdom
       Tel. +44 1162522058, Email: acm26@le.ac.uk
       Contact: Anthony Midgley
       Main Address: https://www.delta-esourcing.com/, Address of the buyer profile: https://le.ac.uk
       NUTS Code: UKF21

   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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: LUV00884 The supply, installation and commissioning of a Photolithography Suite            
      Reference number: LUV00884

      II.1.2) Main CPV code:
         38810000 - Industrial process control equipment.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: The Space Research Centre at the University of Leicester wishes to procure one photolithography suite for nanofabrication processes including the manufacture of graphene field effect transistors, with feature sizes of ~1µm, with excellent repeatability.

This procurement process is an OJEU Open Procedure, which is advertised on the University’s electronic tendering portal (Delta E-Sourcing), Contracts Finder and EU Publications Office as required within the Public Contract Regulations 2015.

The contract is partly funded by a European Regional Development Fund (ERDF) grant award.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 229,550
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKF21 - Leicester
   
      Main site or place of performance:
      Leicester
             

      II.2.4) Description of the procurement: As part of its Space Technology Applications from Research (STAR) Accelerator project, the Space Research Centre at the University of Leicester is developing a thin film manufacturing facility for in-house nanofabrication, R&D and prototyping of instruments for a wide range of technologies, including space and medical applications.
We are seeking to procure one photolithography suite for nanofabrication processes including the manufacture of graphene field effect transistors, with feature sizes of ~1µm, with excellent repeatability. The machine must meet a minimum technical requirement detailed in the Invitation to Tender (ITT) document against which the tender will be scored using pass/fail criteria and points awarded for exceeding certain criteria. The tenderer shall demonstrate this by written specification and/or drawings where the demonstration method is not specified in the specification included in the ITT.
This procurement process is an OJEU Open Procedure, which is advertised on the University’s electronic tendering portal (Delta E-Sourcing), Contracts Finder and EU Publications Office as required within the Public Contract Regulations 2015.
The contract is partly funded by a European Regional Development Fund (ERDF) grant award.

      II.2.5) Award criteria:
      Quality criterion - Name: Cleanroom compatability / Weighting: Pass/fail
      Quality criterion - Name: Machine Size and Portability / Weighting: Pass/fail and 1%
      Quality criterion - Name: Sample Dimensions / Weighting: Pass/fail and 2%
      Quality criterion - Name: Lamp / Weighting: Pass/fail and 6%
      Quality criterion - Name: Optics and Maks / Weighting: Pass/fail and 3%
      Quality criterion - Name: Top and Bottom Side Alignment / Weighting: Pass/fail and 17%
      Quality criterion - Name: Ability to view the sample / Weighting: Pass/fail and 3%
      Quality criterion - Name: Vacuum / Weighting: Pass/fail and 3%
      Quality criterion - Name: User interface and software / Weighting: Pass/fail and 13%
      Quality criterion - Name: Machine Systems / Weighting: Pass/fail and 10%
      Quality criterion - Name: Safety / Weighting: Pass/Fail
      Quality criterion - Name: Delivery, Commissioning and Training / Weighting: Pass/fail and 1%
      Quality criterion - Name: Warranty and Service / Weighting: Pass/fail
                  
      Cost criterion - Name: Price submitted for photolithography suite / Weighting: 40
      Cost criterion - Name: Lowest ROM relocation cost / Weighting: 1
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:The invitation to Tender document invites tenderers to submit prices for a number of optional items. The University reserves the right to accept or reject these options when evaluating tender submissions.

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: Yes
         Reference to project(s) and/or programme(s): ERDF Project reference: 21R16P0676

      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/5C2K8D4943


Section IV: Procedure

IV.1) Description

   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       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2019/S 194-470802
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 1    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/12/2019

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 3          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Inseto (UK) Ltd
             Unit 25 Focus Way, Andover, SP10 5NY, United Kingdom
             Tel. +44 1264334505
             NUTS Code: UKJ3
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 229,550
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out in the procurement documents.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=459267203

   VI.4) Procedures for review

      VI.4.1) Review body
          See VI.4.3 below
          London, United Kingdom
          Tel. +44 1162522058

      VI.4.2) Body responsible for mediation procedures
          See VI.4.3 below
          London, United Kingdom
          Tel. +44 1162522058

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: In accordance with Regulations 86 and 87 of the Public Contracts Regulations 2015, the University incorporated a 10 calendar days standstill period starting from the day information on the award of the contract was communicated to tenderers. The regulations provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

      VI.4.4) Service from which information about the review procedure may be obtained
          See VI..4.3 above
          London, United Kingdom
          Tel. +44 1162522058

   VI.5) Date of dispatch of this notice: 19/12/2019