Procurement is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Procurement of an Advanced Sub-Micron Bonder Nanofabrication Tool and Five Year Partnership for Additional Purchases |
Notice type: | Contract Notice |
Authority: | Procurement |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Royal Holloway and Bedford New College, known as Royal Holloway, University of London is tendering for the initial purchase, installation and commissioning of an advanced sub-micron bonder nanofabrication tool and a partnership to cover the next five years of any related purchases, subject to availability of funding, future developments in the technology, and pricing in line with market value. The equipment will be housed within our SuperFab nanotechnology facility within the College's School of Engineering, Physical and Mathematical Sciences. Please download the tender documentation for further details, using the link within the Contract Notice. Estimated value range of Initial equipment purchase = £0 - £205,000 Estimated value range of future related requirements = £0 - £300,000 |
Published: | 17/11/2020 09:34 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Royal Holloway and Bedford New College, United Kingdom
https://www.royalholloway.ac.uk/, Egham, TW20 0EX, United Kingdom
Tel. +44 1784414181, Email: procurement@rhul.ac.uk
Contact: Kim Cooper
Main Address: https://www.royalholloway.ac.uk/, Address of the buyer profile: https://www.royalholloway.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:-Electronic-equipment./PC6Y335B67
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-title/PC6Y335B67 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: https://www.delta-esourcing.com/tenders/UK-title/PC6Y335B67
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 Advanced Sub-Micron Bonder Nanofabrication Tool and Five Year Partnership for Additional Purchases
Reference Number: RHUL-21011
II.1.2) Main CPV Code:
31710000 - Electronic equipment.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Royal Holloway and Bedford New College, known as Royal Holloway, University of London is tendering for the initial purchase, installation and commissioning of an advanced sub-micron bonder nanofabrication tool and a partnership to cover the next five years of any related purchases, subject to availability of funding, future developments in the technology, and pricing in line with market value. The equipment will be housed within our SuperFab nanotechnology facility within the College's School of Engineering, Physical and Mathematical Sciences.
Please download the tender documentation for further details, using the link within the Contract Notice.
Estimated value range of Initial equipment purchase = £0 - £205,000
Estimated value range of future related requirements = £0 - £300,000
II.1.5) Estimated total value:
Value excluding VAT: 505,000
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 and Bedford New College, known as Royal Holloway, University of London is tendering for the initial purchase, installation and commissioning of an advanced sub-micron bonder nanofabrication tool and a partnership to cover the next five years of any related purchases, subject to availability of funding, future developments in the technology, and pricing in line with market value. The equipment will be housed within our SuperFab nanotechnology facility within the College's School of Engineering, Physical and Mathematical Sciences.
Please download the tender documentation for further details, using the link within the Contract Notice.
Estimated value range of Initial equipment purchase = £0 - £205,000
Estimated value range of future related requirements = £0 - £300,000
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: 505,000
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: Initial equipment purchase (est. value £205k) plus potential additional future related equipment and spares (est. value £0 - £300k)
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
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: 17/12/2020 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): 4
IV.2.7) Conditions for opening of tenders:
Date: 17/12/2020
Time: 11:00
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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Egham:-Electronic-equipment./PC6Y335B67
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/PC6Y335B67
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 207947600
VI.4.2) Body responsible for mediation procedures:
Royal Holloway and Bedford New College
Egham Hill, Egham, TW20 0EX, United Kingdom
Tel. +44 1784443044
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:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 207947600
VI.5) Date Of Dispatch Of This Notice: 17/11/2020
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Royal Holloway and Bedford New College, United Kingdom
Egham Hill, Egham, TW20 0EX, United Kingdom
Tel. +44 1784414181, Email: procurement@rhul.ac.uk
Contact: Kim Cooper
Main Address: https://www.royalholloway.ac.uk/, Address of the buyer profile: https://www.royalholloway.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.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: Procurement of an Advanced Sub-Micron Bonder Nanofabrication Tool and Five Year Partnership for Additional Purchases
Reference number: RHUL-21011
II.1.2) Main CPV code:
31710000 - Electronic equipment.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Royal Holloway and Bedford New College, known as Royal Holloway, University of London is tendering for the initial purchase, installation and commissioning of an advanced sub-micron bonder nanofabrication tool and a partnership to cover the next five years of any related purchases, subject to availability of funding, future developments in the technology, and pricing in line with market value. The equipment will be housed within our SuperFab nanotechnology facility within the College's School of Engineering, Physical and Mathematical Sciences.
Please download the tender documentation for further details, using the link within the Contract Notice.
Estimated value range of Initial equipment purchase = £0 - £205,000
Estimated value range of future related requirements = £0 - £300,000
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 505,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKJ25 - West Surrey
Main site or place of performance:
West Surrey
II.2.4) Description of the procurement: Royal Holloway and Bedford New College, known as Royal Holloway, University of London is tendering for the initial purchase, installation and commissioning of an advanced sub-micron bonder nanofabrication tool and a partnership to cover the next five years of any related purchases, subject to availability of funding, future developments in the technology, and pricing in line with market value. The equipment will be housed within our SuperFab nanotechnology facility within the College's School of Engineering, Physical and Mathematical Sciences.
Please download the tender documentation for further details, using the link within the Contract Notice.
Estimated value range of Initial equipment purchase = £0 - £205,000
Estimated value range of future related requirements = £0 - £300,000
II.2.5) Award criteria:
Quality criterion - Name: Technical Proposal / Weighting: 20
Quality criterion - Name: Additional Bonding Technologies / Weighting: 20
Quality criterion - Name: Range of Force / Weighting: 20
Quality criterion - Name: Warranty Duration Options / Weighting: 10
Quality criterion - Name: Discount on Future Purchases / Weighting: 5
Cost criterion - Name: Price / Weighting: 25
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
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: 2020/S 227-560490
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: RHUL-21011
Lot Number: Not Provided
Title: AWARDED: Procurement of an Advanced Sub-Micron Bonder Nanofabrication Tool and Five Year Partnership for Additional Purchases
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 29/01/2021
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
SET Corporation S.A., 789 9745 565
131 impasse Barteudet, Saint-Jeoire, 74490, France
Tel. +33 450353826, Email: pum@set-sas.fr
NUTS Code: FR
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: 505,000
Total value of the contract/lot: 505,000
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=571714709
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 207947600
VI.4.2) Body responsible for mediation procedures
Royal Holloway and Bedford New College
Egham Hill, Egham, TW20 0EX, United Kingdom
Tel. +44 1784443044
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 207947600
VI.5) Date of dispatch of this notice: 19/02/2021