Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Wafer Dicing Saw and Post Wafer Cleaning

  • First published: 28 November 2023
  • Last modified: 28 November 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-041d04
Published by:
University of Southampton
Authority ID:
AA20936
Publication date:
28 November 2023
Deadline date:
10 January 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The University of Southampton seeks to acquire a complete dicing system for the University's optical and semiconductor materials processing capabilities for a number of high-impact projects in the major engineering themes of Quantum Technologies, Photonics and Advanced Manufacturing. This system is a replacement for the current dicing saw for Building 53 back-end of line cleanroom facility and an upgrade to meet the demands of current projects and technologies. Dicing is a fundamental part of the cleanroom and underpins a significant number of ongoing and future grants. The acquisition of this system will enable university researchers to machine surfaces and micron sized ridge structures with nanoscale surface roughness and low amounts of topside chipping in optical and semiconductor materials. This dicing machine will allow the fabrication of new devices that will tackle fundamental research problems in quantum light-matter interactions, quantum sensors, and telecommunications.

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 1 years and 6 months with the successful tenderer.

This will comprise of an estimated delivery lead time of up to 6 months followed by a 1 year warranty period. Should the estimated delivery date be exceeded, the contract length will be extended and the initial 1 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 £205,000.00 (excluding VAT). 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.

Full notice text

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: 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

Wafer Dicing Saw and Post Wafer Cleaning

Reference number: 2023UoS-0685

II.1.2) Main CPV code

38000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The University of Southampton seeks to acquire a complete dicing system for the University's optical and semiconductor materials processing capabilities for a number of high-impact projects in the major engineering themes of Quantum Technologies, Photonics and Advanced Manufacturing.

This system is a replacement for the current dicing saw for Building 53 back-end of line cleanroom facility and an upgrade to meet the demands of current projects and technologies. Dicing is a fundamental part of the cleanroom and underpins a significant number of ongoing and future grants. The acquisition of this system will enable university researchers to machine surfaces and micron sized ridge structures with nanoscale surface roughness and low amounts of topside chipping in optical and semiconductor materials. This dicing machine will allow the fabrication of new devices that will tackle fundamental research problems in quantum light-matter interactions, quantum sensors, and telecommunications.

II.1.5) Estimated total value

Value excluding VAT: 205 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

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 seeks to acquire a complete dicing system for the University's optical and semiconductor materials processing capabilities for a number of high-impact projects in the major engineering themes of Quantum Technologies, Photonics and Advanced Manufacturing. This system is a replacement for the current dicing saw for Building 53 back-end of line cleanroom facility and an upgrade to meet the demands of current projects and technologies. Dicing is a fundamental part of the cleanroom and underpins a significant number of ongoing and future grants. The acquisition of this system will enable university researchers to machine surfaces and micron sized ridge structures with nanoscale surface roughness and low amounts of topside chipping in optical and semiconductor materials. This dicing machine will allow the fabrication of new devices that will tackle fundamental research problems in quantum light-matter interactions, quantum sensors, and telecommunications.

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 1 years and 6 months with the successful tenderer.

This will comprise of an estimated delivery lead time of up to 6 months followed by a 1 year warranty period. Should the estimated delivery date be exceeded, the contract length will be extended and the initial 1 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 £205,000.00 (excluding VAT). 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: Desirable Technical Requirements / Weighting: 34%

Quality criterion: Desirable Installation, Warranty and Delivery Requirements / Weighting: 19%

Quality criterion: Desirable Software Requirements / Weighting: 15%

Quality criterion: Desirable Training and Futureproofing Requirements / Weighting: 2%

Price / Weighting:  30%

II.2.6) Estimated value

Value excluding VAT: 205 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18

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 guarantee or a 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 with 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 commencement of the Contract, the following minimum insurance levels:

Public Liability - £10 million

Product Liability - £10 million

Employer's 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 & Financial Standing

- Insurance

- Compliance with equality legislation

- Health & 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: 10/01/2024

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: 10/01/2024

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 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 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:

To submit your return:

1. Log in

2. Click 'Tenders'

3. Locate relevant project

4. View details

5. Click on the tab relation 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.

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

27/11/2023

Coding

Commodity categories

ID Title Parent category
38000000 Laboratory, optical and precision equipments (excl. glasses) Technology and Equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@soton.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.