Contract notice
Section I: Contracting
authority
I.1) Name and addresses
UNIVERSITY OF SOUTHAMPTON
10007158
BUILDING 37, HIGHFIELD CAMPUS,UNIVERSITY ROAD
SOUTHAMPTON
SO171BJ
UK
Contact person: Amy Hands
Telephone: +44 2380595000
E-mail: procurement@soton.ac.uk
NUTS: UKJ32
Internet address(es)
Main address: www.southampton.ac.uk
Address of the buyer profile: https://in-tend.co.uk/universityofsouthampton/aspx/Home
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tend.co.uk/universityofsouthampton/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tend.co.uk/universityofsouthampton/aspx/Home
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
Laser Ablation Micro-Sampling System
Reference number: 2022UoS-0604
II.1.2) Main CPV code
38636100
II.1.3) Type of contract
Supplies
II.1.4) Short description
The University of Southampton is looking to purchase a Laser Ablation Micro-sampling System for connection to various ICP-MS instruments for the purpose of carrying out spatially resolved elemental and isotopic measurements in a wide range of earth, anthropogenic and biological materials. We have a particular interest in fast imaging/mapping applications. The supplied laser ablation micro-sampling system will be coupled to a range of mass spectrometers in our Research Facility including a Nu Instruments Vitesse TOF-ICP-MS, a Thermo Scientific Neoma MS/MS-MC-ICP-MS, a Thermo Scientific Neptune MC-ICP-MS, Thermo Scientific Element XR HR-ICP-MS, Agilent 8900 QQQ-ICP-MS and a Thermo Scientific X-Series ICP-MS. The laser ablation system will be used principally for fast mapping/imaging applications in conjunction with our Thermo Scientific Neoma MS/MS-MC-ICP-MS and Nu Vitesse TOF-ICP-MS. As such, it must be capable of achieving repetition rates of up to 1KHz with fast sample transport/washout. It is anticipated that the system will also be used for more conventional 'analytical-type' analyses on all of our ICP-MS instruments. The supplied system must seamlessly integrate with the hardware and software of our ICP-MS instruments to permit fully programmed/automated analyses. The laser within the system must be capable of coupling with a wide range of materials in a range of formats.
II.1.5) Estimated total value
Value excluding VAT:
260 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
38000000
II.2.3) Place of performance
NUTS code:
UKJ32
Main site or place of performance:
Southampton, Hampshire, England
II.2.4) Description of the procurement
The University of Southampton is looking to purchase a Laser Ablation Micro-sampling System for connection to various ICP-MS instruments for the purpose of carrying out spatially resolved elemental and isotopic measurements in a wide range of earth, anthropogenic and biological materials. We have a particular interest in fast imaging/mapping applications. The supplied laser ablation micro-sampling system will be coupled to a range of mass spectrometers in our Research Facility including a Nu Instruments Vitesse TOF-ICP-MS, a Thermo Scientific Neoma MS/MS-MC-ICP-MS, a Thermo Scientific Neptune MC-ICP-MS, Thermo Scientific Element XR HR-ICP-MS, Agilent 8900 QQQ-ICP-MS and a Thermo Scientific X-Series ICP-MS. The laser ablation system will be used principally for fast mapping/imaging applications in conjunction with our Thermo Scientific Neoma MS/MS-MC-ICP-MS and Nu Vitesse TOF-ICP-MS. As such, it must be capable of achieving repetition rates of up to 1KHz with fast sample transport/washout. It is anticipated that the system will also be used for more conventional 'analytical-type' analyses on all of our ICP-MS instruments. The supplied system must seamlessly integrate with the hardware and software of our ICP-MS instruments to permit fully programmed/automated analyses. The laser within the system must be capable of coupling with a wide range of materials in a range of formats.
The University is conducting this procurement using the Open procedure in accordance with the requirements of the Regulations for the purpose of procuring the goods described in the Specification. The University proposes to enter into a Contract for up to 6 years with the successful tenderer.
This will comprise of an estimated delivery lead time of up to 12 months followed by a 3-year warranty and an optional 4 x 12-month extensions to the warranty that can be used at the University's discretion. Should the estimated delivery date be exceeded, the contract length will be extended and the initial 3-year warranty period will begin upon delivery and acceptance of the goods. The Contract will be effective upon signing.
The estimated value of the proposal is £260,000.00 (excluding VAT). The estimated Contract Value of the initial 4-year contract term is no greater than £200,000.00 (excluding VAT). The estimated value of the 4 x 12-month option extension periods is no greater than £15,000.00 (excluding VAT) per extension.
Whilst bidders are expected to provide a proposal that falls within this budget, for the benefit of doubt, the University reserves the right to automatically exclude any bidders whose proposal exceeds this figure. All related components, delivery, installation, commissioning, training and warranties MUST be included within the proposal.
Details of current expenditure or potential future uptake are given as a guide based on past purchasing and current planning to assist you in the preparation of your Tender. They should not be interpreted as an undertaking to purchase any goods or services to any particular value and do not form part of the Contract.
II.2.5) Award criteria
Criteria below:
Quality criterion: Mandatory Technical Requirements
/ Weighting: Pass/Fail
Quality criterion: Highly Desirable Technical Requirements
/ Weighting: 48%
Quality criterion: Desirable Technical Requirements
/ Weighting: 19%
Quality criterion: Sustainability Requirements
/ Weighting: 3%
Price
/ Weighting:
30%
II.2.6) Estimated value
Value excluding VAT:
260 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
This Contract is NOT suitable for splitting into Lots. This is the purchase of a single piece of equipment therefore dividing the requirement into Lots would undermine proper execution of the Contract and would not be possible from a technical perspective.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
To support the financial assessment, the University will obtain a Business Risk Report for all Tenderers and every organisation that is being relied on to meet this procurement, using an independent company called Creditsafe.
The University reserves the right to exclude a Tenderer or request provision of further assurances such as a parent company guarrentee or bank guarantee where a Tenderer's Business Risk score is: "Moderate Risk", "High Risk", "Very High Risk" or "Not Rated", based on the rating provided by Creditsafe.
Where a Business Risk score from our external system is not available, then an alternative method of assessing financial standing will be used. This method is detailed within the Invitation to Tender document set.
Minimum level(s) of standards required:
Tenderers are advised that a requirement of this procurement is to have in place, or to commit to obtain prior to the commencement of the Contract, the following minimum insurance levels:
- Public Liability - £10 million
- Product Liability - £10 million
- Employers Liability - £10 million
- Professional Indemnity - £2 million
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Tenderers attention is drawn to the MANDATORY requirements of the award criteria:
- Grounds for mandatory exclusion
- Grounds for discretionary exclusion
- Mandatory technical requirements
- Economic and Financial Standing
- Insurance
- Compliance with equality legislation
- Health and Safety
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/01/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
22/01/2024
Local time: 12:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
E-Tendering Portal: The University is utilising an electronic tendering tool, In-Tend (https://in-tendhost.co.uk/universityofsouthampton), to manage this procurement and to communicate with tenderers.
All documentation in relation to this tender can be downloaded from In-Tend.
Tenderers are advised that there will be no hard copy documents issued and that all communications with the University, including submission of Invitation to Tender responses will be conducted via In-Tend.
Regular monitoring of the portal is the responsibility of the Tenderer.
If you are not already registered as a supplier with the University of Southampton, you will need to register on In-Tend in order to access the procurement documentation.
Once you have logged in as a supplier: click on 'Tenders'; locate the relevant project; and click 'View Details'. Once you are in the project screen you will be able to register your organisation against the project and access all documentation by clicking 'Express Interest'.
Tenderers are advised that formal expressions of interest in the project must be by way of completion and return of the relevant documents via In-Tend.
Further instructions for the submission of responses are below:
1. Log in
2. Click 'Tenders'
3. Locate the relevant project
4. View details
5. Click on the tab relating to the relevant project stage (e.g. 'Invitation to Tender')
6. Click on the 'Attach Documents' button and upload your return.
7. Check ALL your response documents are uploaded and displayed in the 'My Tender Return' panel. The system will only permit your organisation to make one return.
8. Click the red 'Submit Return' button.
Please note, to preserve the integrity of the procurement, all communications with the University must be made via the correspondence function within In-Tend.
Publication of Award Details: In accordance with Regulation 50, paragraph (2) of the Public Contracts Regulation 2015, the University intends to publish the value of any resulting contract at the award stage and reserves the right to do so. By submitting a response, tenderers are consenting to publication of this information unless otherwise agreed in advance with the University.
Cost and Expenses: Tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances will the University be liable for any costs or expenses borne by Tenderers or any of their supply chain, partners or advisers in this procurement process.
The University is not liable for any costs in the event of the cancellation of this procurement process.
VI.4) Procedures for review
VI.4.1) Review body
University of Southampton
University Road
Southampton
SO17 1BJ
UK
E-mail: procurement@soton.ac.uk
VI.5) Date of dispatch of this notice
04/12/2023