Contract notice
Section I: Contracting
authority
I.1) Name and addresses
UNIVERSITY OF SOUTHAMPTON
10007185
HIGHFIELD CAMPUS,UNIVERSITY ROAD
SOUTHAMPTON
SO171BJ
UK
Contact person: Morgan Hughes
Telephone: +44 2380595000
E-mail: procurement@soton.ac.uk
NUTS: UKJ32
Internet address(es)
Main address: http://www.southampton.ac.uk
Address of the buyer profile: https://in-tendhost.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-tendhost.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-tendhost.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
3D Metal Printer Lease
Reference number: 2023UoS-0808
II.1.2) Main CPV code
42630000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The School of Engineering wants to lease a 3D Metal Printer for a fixed term of 3 years with the option to extend for up to an additional 2 years.
The metal printer will support world-leading research utilising new materials and printing methods and extend the capability of the 2D and 3D printing currently undertaken within the School.
Applications for metal printing can be found in aerospace, defence, automotive, healthcare, and many other industries and will lead to revolutionary new medical, electronic, mechanical, optical, acoustic, heat transfer, and sensing devices being designed and manufactured.
This is due to the many advantages, including design flexibility, product customisation, and minimisation of material waste, that printing offers over subtractive manufacturing.
The use of Additive Manufacturing (AM) means that geometries are no longer constrained to the limited base stock that components are traditionally machined from.
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
30232100
31600000
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 School of Engineering wants to lease a 3D Metal Printer for a fixed term of 3 years with the option to extend for up to an additional 2 years.
The metal printer will support world-leading research utilising new materials and printing methods and extend the capability of the 2D and 3D printing currently undertaken within the School.
Applications for metal printing can be found in aerospace, defence, automotive, healthcare, and many other industries and will lead to revolutionary new medical, electronic, mechanical, optical, acoustic, heat transfer, and sensing devices being designed and manufactured.
This is due to the many advantages, including design flexibility, product customisation, and minimisation of material waste, that printing offers over subtractive manufacturing.
The use of Additive Manufacturing (AM) means that geometries are no longer constrained to the limited base stock that components are traditionally machined from.
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 five years and six months - this will be the maximum contract period.
This will comprise of an initial contract period of three years and six months for the provision of the equipment and initial lease term, with an optional extension period of two years additional leasing.
The contract will be effective upon signing. The three year initial lease term will run from the date of acceptance of the equipment.
The estimated value of the contract is £500,000.00 excluding VAT. This will be the maximum contract value for the full contract period including any extension periods. This value includes all related components, services and maintenance for the contract period.
II.2.5) Award criteria
Criteria below:
Quality criterion: Mandatory Technical Requirements
/ Weighting: Pass / Fail
Quality criterion: Highly Desirable Technical Requirements
/ Weighting: Overall Weighting 35%
Quality criterion: Highly Desirable Technical - Section 2 - Material Requirements
/ Weighting: 10%
Quality criterion: Highly Desirable Technical - Section 3 - Training Requirements
/ Weighting: 5%
Quality criterion: Highly Desirable Technical - Section 4 - Software Requirements
/ Weighting: 5%
Quality criterion: Highly Desirable Technical - Section 5 - Delivery and Installation Requirements
/ Weighting: 10%
Quality criterion: Highly Desirable Technical - Section 6 - Warranty and Maintenance Requirements
/ Weighting: 5%
Quality criterion: Desirable Technical Requirements
/ Weighting: Overall Weighting 30%
Quality criterion: Desirable Technical - Section 1 - Material Requirements
/ Weighting: 15%
Quality criterion: Desirable Technical - Section 3 - Training Requirements
/ Weighting: 5%
Quality criterion: Desirable Technical - Section 6 - Warranty and Maintenance Requirements
/ Weighting: 5%
Quality criterion: Desirable Technical - Section 7 - Aftersales Support Requirements
/ Weighting: 5%
Price
/ Weighting:
35%
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 66
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. The risk of dividing the requirement into Lots would render the execution of the contract excessively technically difficult, not cost effective and would undermine proper execution of the contract.
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 parent company/bank guarantee or performance bonds 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 commit to obtain prior to the commencement of the contract, the following minimum insurance levels:
Employers (Compulsory) Liability: £5 million GBP per occurrence.
Public Liability: £5 million GBP per occurrence.
Product Liability: £5 million GBP per occurrence and in aggregate
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
- Mandatory technical requirements M1 to M8
- Failure to meet the minimum required score for Highly Desirable technical requirements H1 to H7
Grounds for discretionary exclusion
-Economic & Financial Standing
-Insurance
-Compliance with equality legislation
-Health & Safety
-Legal requirements
-Control of Contractors Health & Safety (CC3) Form
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:
12/04/2024
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:
12/04/2024
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://intendhost.co.uk/ universityofsouthampton) to manage this procurement and to communicate with potential suppliers and/or tenderers (as appropriate).
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 all communications with the University, including the submission of Selection Stage and/or 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 in 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'.
Potential suppliers/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:
To submit your return:
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 Regulations 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.
Costs 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
07/03/2024