Notice Information
Notice Title
Lightwave Vector Network Analyser
Notice Description
This purchase is for an opto-electronic (lightwave) network analyser and is part of a project that aims at establishing an open experimental facility for the UK research community that will enable its users to characterise the bandwidth of their photonic components and circuits up to very high frequencies. The new facility will enable the high speed characterisation of components and circuits that convert electrical signals into optical signals, optical signals into electrical signals as well components that have electrical inputs and outputs or optical inputs and outputs. This allows testing of for example optical modulators, photodetectors, transmitter modules, receiver modules, etc. The frequency range that the equipment will be capable of is such that a deeper understanding of components and circuits will be gained, allowing development of components that can serve future application requirements in optical data communications and beyond. The equipment will benefit from being situated at the University of Southampton, which has established strong experimental capabilities in areas, such as photonics, communications and the life sciences. Research at the extended cleanroom complex of Southampton's Zepler Institute, a unique facility in UK academia, will benefit from the availability of this equipment, which will enable fabrication and advanced applications research to be intimately connected.
Lot Information
Lot 1
This purchase is for an opto-electronic (lightwave) network analyser and is part of a project that aims at establishing an open experimental facility for the UK research community that will enable its users to characterise the bandwidth of their photonic components and circuits up to very high frequencies. The new facility will enable the high speed characterisation of components and circuits that convert electrical signals into optical signals, optical signals into electrical signals as well components that have electrical inputs and outputs or optical inputs and outputs. This allows testing of for example optical modulators, photodetectors, transmitter modules, receiver modules, etc. The frequency range that the equipment will be capable of is such that a deeper understanding of components and circuits will be gained, allowing development of components that can serve future application requirements in optical data communications and beyond. The University conducted a 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 has entered into a contract for up to 3 years and 4 months with the successful tenderer. This will comprise of a delivery lead time of up to 4 months followed by a 3 year warranty period. Please note delivery times are estimated. Should the estimated delivery date be exceeded, the contract length will be extended and the 3 year warranty will begin upon delivery and acceptance of the goods. The contract became effective upon signing. Additional information: This contract was 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 the proper execution of the contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03d386
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/022749-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
-
- CPV Codes
38434000 - Analysers
Notice Value(s)
- Tender Value
- £733,000 £500K-£1M
- Lots Value
- £733,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £732,308 £500K-£1M
Notice Dates
- Publication Date
- 4 Aug 20232 years ago
- Submission Deadline
- 7 Jul 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Aug 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF SOUTHAMPTON
- Contact Name
- Amy Taylor
- Contact Email
- procurement@soton.ac.uk
- Contact Phone
- +44 2380591656
Buyer Location
- Locality
- SOUTHAMPTON
- Postcode
- SO17 1BJ
- Post Town
- Southampton
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ3 Hampshire and Isle of Wight
- Small Region (ITL 3)
- TLJ32 Southampton
- Delivery Location
- TLJ32 Southampton
-
- Local Authority
- Southampton
- Electoral Ward
- Portswood
- Westminster Constituency
- Southampton Test
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03d386-2023-08-04T13:45:32+01:00",
"date": "2023-08-04T13:45:32+01:00",
"ocid": "ocds-h6vhtk-03d386",
"description": "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 (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 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'. 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 and subject to Article 5 and Annex 5, Part D (13) of Directive 2014/24/EU of the European Parliament and of the Council (if applicable), 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 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.",
"initiationType": "tender",
"tender": {
"id": "2023UoS-0678",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Lightwave Vector Network Analyser",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "38434000",
"description": "Analysers"
},
"mainProcurementCategory": "goods",
"description": "This purchase is for an opto-electronic (lightwave) network analyser and is part of a project that aims at establishing an open experimental facility for the UK research community that will enable its users to characterise the bandwidth of their photonic components and circuits up to very high frequencies. The new facility will enable the high speed characterisation of components and circuits that convert electrical signals into optical signals, optical signals into electrical signals as well components that have electrical inputs and outputs or optical inputs and outputs. This allows testing of for example optical modulators, photodetectors, transmitter modules, receiver modules, etc. The frequency range that the equipment will be capable of is such that a deeper understanding of components and circuits will be gained, allowing development of components that can serve future application requirements in optical data communications and beyond. The equipment will benefit from being situated at the University of Southampton, which has established strong experimental capabilities in areas, such as photonics, communications and the life sciences. Research at the extended cleanroom complex of Southampton's Zepler Institute, a unique facility in UK academia, will benefit from the availability of this equipment, which will enable fabrication and advanced applications research to be intimately connected.",
"value": {
"amount": 733000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "This purchase is for an opto-electronic (lightwave) network analyser and is part of a project that aims at establishing an open experimental facility for the UK research community that will enable its users to characterise the bandwidth of their photonic components and circuits up to very high frequencies. The new facility will enable the high speed characterisation of components and circuits that convert electrical signals into optical signals, optical signals into electrical signals as well components that have electrical inputs and outputs or optical inputs and outputs. This allows testing of for example optical modulators, photodetectors, transmitter modules, receiver modules, etc. The frequency range that the equipment will be capable of is such that a deeper understanding of components and circuits will be gained, allowing development of components that can serve future application requirements in optical data communications and beyond. The University conducted a 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 has entered into a contract for up to 3 years and 4 months with the successful tenderer. This will comprise of a delivery lead time of up to 4 months followed by a 3 year warranty period. Please note delivery times are estimated. Should the estimated delivery date be exceeded, the contract length will be extended and the 3 year warranty will begin upon delivery and acceptance of the goods. The contract became effective upon signing. Additional information: This contract was 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 the proper execution of the contract.",
"awardCriteria": {
"criteria": [
{
"name": "Mandatory Technical Requirements",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Desirable Technical Requirements",
"type": "quality",
"description": "40%"
},
{
"name": "Training Requirements",
"type": "quality",
"description": "20%"
},
{
"name": "Support and Implementation Requirements",
"type": "quality",
"description": "10%"
},
{
"type": "price",
"description": "30%"
}
]
},
"value": {
"amount": 733000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1200
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKJ32"
},
{
"region": "UKJ32"
}
],
"deliveryLocation": {
"description": "Southampton, Hampshire, UK"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/universityofsouthampton",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "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 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 within the Invitation to Tender document set.",
"minimum": "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 levels of insurance: Employers (Compulsory) Liability: PS10 million GBP per occurrence. Public Liability: PS10 million GBP per occurrence. Product Liability: PS10 million GBP per occurrence and in aggregate.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Tenderers attention is drawn to the MANDATORY requirements of the award critera: - Mandatory Technical Requirements 1.1 - 1.13 - Grounds for mandatory exclusion - Grounds for discretionary exclusion - Economic and Financial Standing - Insurance - Compliance with equality legislation",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2023-07-07T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2023-07-07T12:01:00+01:00"
},
"bidOpening": {
"date": "2023-07-07T12:01:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-UKPRN-10007158",
"name": "UNIVERSITY OF SOUTHAMPTON",
"identifier": {
"legalName": "UNIVERSITY OF SOUTHAMPTON",
"id": "10007158",
"scheme": "GB-UKPRN"
},
"address": {
"streetAddress": "BUILDING 37, HIGHFIELD CAMPUS,UNIVERSITY ROAD",
"locality": "SOUTHAMPTON",
"region": "UKJ32",
"postalCode": "SO171BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Amy Taylor",
"telephone": "+44 2380591656",
"email": "procurement@soton.ac.uk",
"url": "https://in-tendhost.co.uk/universityofsouthampton"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.southampton.ac.uk",
"buyerProfile": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-8641",
"name": "University of Southampton",
"identifier": {
"legalName": "University of Southampton"
},
"address": {
"streetAddress": "University Road",
"locality": "Southampton",
"postalCode": "SO17 1BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurement@soton.ac.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-COH-03809903",
"name": "Keysight Technologies UK Ltd",
"identifier": {
"legalName": "Keysight Technologies UK Ltd",
"id": "03809903",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "610 Wharfedale Road",
"locality": "London",
"region": "UKI",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-UKPRN-10007158",
"name": "UNIVERSITY OF SOUTHAMPTON"
},
"language": "en",
"awards": [
{
"id": "022749-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-03809903",
"name": "Keysight Technologies UK Ltd"
}
]
}
],
"contracts": [
{
"id": "022749-2023-1",
"awardID": "022749-2023-1",
"status": "active",
"value": {
"amount": 732308.25,
"currency": "GBP"
},
"dateSigned": "2023-08-04T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
}
]
}
}