Multi-Collector ICP-MS Instrument for Isotope Analysis
A Tender Notice
by UNIVERSITY OF SOUTHAMPTON
- Source
- Find a Tender
- Type
- Contract (Supply)
- Duration
- 5 year
- Value
- 692K
- Sector
- INDUSTRIAL
- Published
- 21 Jan 2021
- Delivery
- To 22 Feb 2026 (est.)
- Deadline
- 22 Feb 2021 12:00
Concepts
Location
Southampton, Hampshire, United Kingdom
2 buyers
- Southampton University Southampton
Description
This project is for the supply of a Multi-Collector Inductively Coupled Plasma Mass Spectrometer (MC-ICP-MS) for the Geochemistry Group of the University of Southampton based at the National Oceanography Centre Southampton.
Total Quantity or Scope
This project is for the supply of a Multi-Collector Inductively Coupled Plasma Mass Spectrometer (MC-ICP-MS) for the Geochemistry Group of the University of Southampton based at the National Oceanography Centre Southampton. The instrument we seek will complement our existing instrument capabilities (including Multi-Collector ICP-MS, Sector Magnet ICP-MS, Quadrupole and Triple-Quad ICP-MS). The primary requirement is for a MC-ICP-MS instrument that will provide accurate and precise boron isotope ratio analyses of carbonate materials (such as stony coral, foraminifera, calcite, carbonate pellets) via laser ablation. Specialised analyses of this type are a major research focus of our group and we have experienced and committed research staff who will support the analytical developments of this project. A secondary requirement is for this instrument to make accurate and precise measurements of isotope ratios of other elements (other than gases) in a wider range of materials via laser ablation and solution-based sample introduction systems. Sample types will include both natural materials (rocks and minerals, seawater, other natural waters, biological materials, etc.) and synthetic materials (nanoparticles, manufactured products, etc.). Mandatory Requirements are set out in File 4 - Specification. The system must be delivered, commissioned and successfully pass user acceptance testing as per the requirements set out in File 4 - Specification. A warranty with a minimum period of 12 months (including parts, labour and onsite engineer visits) must be included as part of the proposal. Onsite commissioning, user acceptance testing, user training and any associated costs must be detailed as part of the proposal, additional costs should be included for information purposes only in the commercial requirements response document. Shipping / delivery of the equipment to the University must be DAP incoterms 2020. The University proposes to enter into a Contract for 1 year plus an optional year dependant on the warranty levels offered by tenderers in their Tender submission. There will be an optional 3 year extension for support and maintenance subject to satisfactory performance and at the discretion of the University. Thecontract will be effective on signing. The initial term of the warranty will run from the date of commissioning of the equipment at the University with extensions if agreed, running from the expiry of the initial contract period, if so agreed by the University. The Contract will be for a maximum of 5 years from the date of commissioning at the University. The estimated value of the initial 12 month contract period is £628,000.00 , excluding VAT. This value includes all related components, services and maintenance for the initial contract period. The total estimated value of this contract is £692,000.00 excluding VAT, this value takes into account the estimated value of extending the service and maintenance contract up to an additional 5 years.
Award Criteria
Mandatory | _ |
Quality | 75.0 |
PRICE | 25.0 |
CPV Codes
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
- 38433100 - Mass spectrometer
Indicators
- Bids should cover the whole contract.
- Renewals are not available.
- Financial restrictions apply.
- Professional qualifications are sought.
- Award on basis of price.
Other Information
Lots: 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. 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. Potential suppliers/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 potential supplier/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, potential suppliers/tenderers are consenting to publication of this information unless otherwise agreed in advance with the University. Costs and Expenses: Potential suppliers/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 potential suppliers/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.
Reference
- FTS 001248-2021