Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Cardiff University
Procurement Services, McKenzie House, 30-36 Newport Road
Cardiff
CF24 0DE
UK
Contact person: Stuart Franklin
Telephone: +44 2920879589
E-mail: Buyline@cardiff.ac.uk
NUTS: UKL
Internet address(es)
Main address: http://www.cardiff.ac.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258
I.1) Name and addresses
University College London
Gower Street
London
UK
E-mail: buyline@cf.ac.uk
NUTS: UKI
Internet address(es)
Main address: http://www.cf.ac.uk
I.2) Joint procurement
The contract involves joint procurement
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
A complete photoemission spectroscopy system
Reference number: SPEC579
II.1.2) Main CPV code
33114000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Harwell XPS service is a collaboration between University College London (UCL), and Cardiff University (CU). We have been commissioned by EPSRC (through UKSBS, Contract No. PR16195) to provide a facility in X-ray photoelectron spectroscopy (XPS). The range of provision will be on a national level and will include research into the chemical composition and electronic structure of surfaces for a variety of technological applications from biomaterials to semiconductor physics.
Lot 1 – Multitechnique XPS System
Lot 2 – Fast Throughput XPS System
Lot 3 – Both Systems
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
1 300 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Multitechnique XPS System
II.2.2) Additional CPV code(s)
33114000
II.2.3) Place of performance
NUTS code:
UK
UKK
Main site or place of performance:
The service will be hosted in laboratory G.63 in the Research Complex at Harwell (RCaH) (Didcot OX11 0FA)
II.2.4) Description of the procurement
Cardiff envisages the following Equipment will be needed to fulfil the requirements. A complete photoemission spectroscopy system capable of High Resolution Monochromated X-ray photoelectron spectroscopy (XPS), Small Area XPS, XPS linescans, XPS chemical Maps, UPS and LEIS
II.2.5) Award criteria
Price
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
Lot No: 2
II.2.1) Title
Fast Throughput XPS System
II.2.2) Additional CPV code(s)
33114000
II.2.3) Place of performance
NUTS code:
UKK
Main site or place of performance:
The service will be hosted in laboratory G.63 in the Research Complex at Harwell (RCaH) (Didcot OX11 0FA)
II.2.4) Description of the procurement
Cardiff envisages the following Equipment will be needed to fulfil the requirements. A complete photoemission spectroscopy system capable of High Resolution Monochromated X-ray photoelectron spectroscopy (XPS), Small Area XPS, XPS linescans, XPS chemical Maps, UPS and LEIS
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
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
Lot No: 3
II.2.1) Title
Both Multitechnique XPS System and Fast Throughput XPS System
II.2.2) Additional CPV code(s)
33114000
II.2.3) Place of performance
NUTS code:
UKK
Main site or place of performance:
The service will be hosted in laboratory G.63 in the Research Complex at Harwell (RCaH) (Didcot OX11 0FA)
II.2.4) Description of the procurement
Both Multitechnique XPS System and Fast Throughput XPS System
II.2.5) Award criteria
Price
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
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:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2017/S 204-420161
Section V: Award of contract
Lot No: 1
Title: Multitechnique XPS System
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section V: Award of contract
Lot No: 2
Title: Fast Throughput XPS System
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/12/2017
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Kratos Analytical Ltd.
Trafford Wharf Road, Trafford Park
Manchester
M171GP
UK
NUTS: UKD33
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 577 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Both Multitechnique XPS System and Fast Throughput XPS System
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section VI: Complementary information
VI.3) Additional information
The description of each Lot has a stated contract duration of 1 month. II.2.7
This section is not applicable and the contract duration is not relevant
(WA Ref:121954)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Court of Justice
London
UK
Telephone: +44 2079477501
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Cardiff University will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. The notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to clarify or query the award decision before the contract is entered into. The UK Public Contracts Regulations 2015 provide for aggrived 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.5) Date of dispatch of this notice
09/06/2022