Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Laser Ablation Micro-Sampling System

  • Cyhoeddwyd gyntaf: 06 Rhagfyr 2023
  • Wedi'i addasu ddiwethaf: 06 Rhagfyr 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-042150
Cyhoeddwyd gan:
University of Southampton
ID Awudurdod:
AA20936
Dyddiad cyhoeddi:
06 Rhagfyr 2023
Dyddiad Cau:
22 Ionawr 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

UNIVERSITY OF SOUTHAMPTON

10007158

BUILDING 37, HIGHFIELD CAMPUS,UNIVERSITY ROAD

SOUTHAMPTON

SO171BJ

UK

Person cyswllt: Amy Hands

Ffôn: +44 2380595000

E-bost: procurement@soton.ac.uk

NUTS: UKJ32

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.southampton.ac.uk

Cyfeiriad proffil y prynwr: https://in-tend.co.uk/universityofsouthampton/aspx/Home

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://in-tend.co.uk/universityofsouthampton/aspx/Home


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://in-tend.co.uk/universityofsouthampton/aspx/Home


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Addysg

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Laser Ablation Micro-Sampling System

Cyfeirnod: 2022UoS-0604

II.1.2) Prif god CPV

38636100

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

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) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 260 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

38000000

II.2.3) Man cyflawni

Cod NUTS:

UKJ32


Prif safle neu fan cyflawni:

Southampton, Hampshire, England

II.2.4) Disgrifiad o’r caffaeliad

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) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Mandatory Technical Requirements / Pwysoliad: Pass/Fail

Maes prawf ansawdd: Highly Desirable Technical Requirements / Pwysoliad: 48%

Maes prawf ansawdd: Desirable Technical Requirements / Pwysoliad: 19%

Maes prawf ansawdd: Sustainability Requirements / Pwysoliad: 3%

Price / Pwysoliad:  30%

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 260 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 96

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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.


Lefel(au) gofynnol y safonau sydd eu hangen:

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) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 22/01/2024

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 4  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 22/01/2024

Amser lleol: 12:01

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

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) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

University of Southampton

University Road

Southampton

SO17 1BJ

UK

E-bost: procurement@soton.ac.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

04/12/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
38000000 Cyfarpar labordy, optegol a thrachywir (heblaw sbectolau) Technoleg ac Offer
38636100 Laserau Cerbydau modur at ddibenion arbennig

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
procurement@soton.ac.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.