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 |
View Full Notice
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
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