Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  University of Strathclyde
  Learning & Teaching Building, 49 Richmond Street
  Glasgow
  G1 1XU
  UK
  
            Contact person: Anna Sanina
  
            Telephone: +44 7811592949
  
            E-mail: anna.sanina@strath.ac.uk
  
            NUTS: UKM82
  Internet address(es)
  
              Main address: http://www.strath.ac.uk/
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
 
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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
Supply, Delivery, Installation & Commissioning of a Wafer Thinning Turnkey ITT
            Reference number: UOS-35651-2025
  II.1.2) Main CPV code
  31712330
 
  II.1.3) Type of contract
  Supplies
  II.1.4) Short description
  The University of Strathclyde has a requirement for a semiconductor wafer thinning capability suitable to receive wafers of various sizes and materials and grind, stress relieve and clean them before onward processing in a power semiconductor packaging line.
  The line will allow research to be performed on a variety of materials and processes involved in the manufacture of semiconductor products.  This is in support of a publicly funded project that will see the creation of an advanced, scaleup packaging facility for power electronics within the National Manufacturing Institute Scotland (NMIS).  The overall scale up manufacturing facility is to be housed at an NMIS site, this sub-section of the facility will be housed in an ISO-7 (class 10,000) clean room environment. The equipment within the facility will comprise the latest technology in their respective fields. It will be utilized in a range of projects within the Power Electronics industry and will be made available to both academic and industrial partners across the whole of the United Kingdom, including other catapult centres.  As part of this project, NMIS has a requirement to procure a turnkey capability in wafer thinning, polishing, cleaning - which includes water management ancillary systems.
  High-efficiency grinder/polisher for wafers
  A Deionised Water Recycling Unit
  Automatic Cleaning System for wafers
  II.1.5) Estimated total value
  Value excluding VAT: 
			2 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    31710000
    II.2.3) Place of performance
    NUTS code:
    UKM82
    II.2.4) Description of the procurement
    The University of Strathclyde has a requirement for a semiconductor wafer thinning capability suitable to receive wafers of various sizes and materials and grind, stress relieve and clean them before onward processing in a power semiconductor packaging line.
    The line will allow research to be performed on a variety of materials and processes involved in the manufacture of semiconductor products.  This is in support of a publicly funded project that will see the creation of an advanced, scaleup packaging facility for power electronics within the National Manufacturing Institute Scotland (NMIS).  The overall scale up manufacturing facility is to be housed at an NMIS site, this sub-section of the facility will be housed in an ISO-7 (class 10,000) clean room environment. The equipment within the facility will comprise the latest technology in their respective fields. It will be utilized in a range of projects within the Power Electronics industry and will be made available to both academic and industrial partners across the whole of the United Kingdom, including other catapult centres.  As part of this project, NMIS has a requirement to procure a turnkey capability in wafer thinning, polishing, cleaning - which includes water management ancillary systems.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 60
    
                    Price
                    
                      / Weighting: 
                      40
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 30
    
                  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:
            
              Yes
            
    Description of options:
    The Contracting Authority reserves the right to request additional deliveries by the successful Tenderer, either intended as partial
    replacement of supplies or installations or as extensions of existing supplies and installations.
    The Contracting Authority may at it's sole discretion exercise this option.
    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 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:
  4B 1.2 Turnover
  Bidders will be required to have an average yearly turnover of a minimum of 4,000,000 GBP for the last 3 (three) years, to ensure the University is protected from any unforeseen financial risks that may impact the supplier or supply chain.
Minimum level(s) of standards required:
  4B.5.1- 4B5.3 Insurances
  Insurance requirements are in line with levels identified in the UOS standard Terms and Conditions.
  It is a requirement of this contract that bidders can hold or commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:
  The Contractor shall maintain in force with reputable insurers
  Employer’s (Compulsory) Liability Insurance = GBP 10m
  Public and Product Liability Insurance = GBP 10m
  Professional Risk Indemnity Insurance = GBP 2m
  In respect of any one incident and unlimited as to numbers of claims
  III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  4C.1.2 Previous Experience
  Bidders will be required to provide three (3) examples that demonstrate that they have the relevant experience to deliver the equipment as stated in the Contract Notice.
 
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:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              20/06/2025
  
                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:
              20/06/2025
  
              Local time: 12:00
 
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29279. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Please see Procurement documents for full details
(SC Ref:799129)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29279. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Please see Procurement documents for full details
(SC Ref:799129)
VI.4) Procedures for review
  VI.4.1) Review body
  
    Glasgow Sheriff Court
    1 Carlton Place
    Glasgow
    G5 9DA
    UK
   
  VI.4.3) Review procedure
  Precise information on deadline(s) for review procedures:
  Precise information on deadline(s) for review procedures:
  An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations
  2015(SSI2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.
 
VI.5) Date of dispatch of this notice
20/05/2025