Contract notice

Information

Published

Date of dispatch of this notice: 10/06/2016

Expire date: 13/07/2016

External Reference: 2016-850997

TED Reference: 2016/S 113-200771

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Education Procurement Service (EPS)
IE 6609370 G
University of Limerick, Plassey
Limerick
Co.Limerick
IE
Contact person: Philip Gurnett
Telephone: +353 061213488
NUTS code:  IE023 -  Mid-West
Internet address(es):
Main address: http://www.ul.ie/edps

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=99804&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Sputter Desposition Tool for Trinity College Dublin
Reference number:  LEE091C
II.1.2)

Main CPV code

38000000  -  Laboratory, optical and precision equipments (excl. glasses)
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

CRANN, TCD is seeking to procure a state-of-the-art sputter deposition tool - ‘Trifolium Dubium’ for the development of materials and thin film devices. Magnetic tunnel junctions and Heusler alloys are expected to be a major component of the research conducted using this system, as well as blanket films and stacks of novel multiferroics, magnetic and/or transparent oxides. The system will be the core of a national access facility and will be available for use by a large number of research groups in both academia and industry, and as such performance and flexibility are paramount.
The requirement will be divided into three (3) Lots. It would be envisaged that the three (3) lots will be broken down as follows:
Lot 1: Sputter Chamber #1
Lot 2: XPS Chamber
Lot 3: Water Transfer System Arrangement & Vacuum
II.1.5)

Estimated total value

Value excluding VAT: 3240000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  3
II.2)

Description

II.2.1)

Title

Sputter Chamber 1 - Desposition System
Lot No:  1
II.2.2)

Additional CPV code(s)

38200000  -  Geological and geophysical instruments
38300000  -  Measuring instruments
38400000  -  Instruments for checking physical characteristics
38430000  -  Detection and analysis apparatus
38434000  -  Analysers
38500000  -  Checking and testing apparatus
38540000  -  Machines and apparatus for testing and measuring
38800000  -  Industrial process control equipment and remote-control equipment
38900000  -  Miscellaneous evaluation or testing instruments
38970000  -  Research, testing and scientific technical simulator
II.2.3)

Place of performance

NUTS code:  IE021 -  Dublin
Main site or place of performance:  
Dublin, Ireland
II.2.4)

Description of the procurement

The base tool would be split into two chambers connected via a vacuum transfer system. The tool would be a fully integrated system, with all chambers interconnected under vacuum with wafer transfer between chambers for subsequent processing steps. The tool should be capable of co-deposition of various materials with low roughness and good uniformity across 4” (100 mm) diameter substrates, including at high temperatures. One chamber would be used primarily for deposition of metals, while the other would be designed for deposition of oxides and nitrides, including reactive processes involving the introduction of oxygen and/or nitrogen into the chamber.
Additional deposition chambers such as for pulsed laser deposition (PLD) and molecular beam epitaxy (MBE) are considered, as well. These are to be fully integrated into the vacuum transfer system above. As such, a suitable Nd:YAG laser is potentially required for PLD. Finally, in an attempt to improve the in-situ characterisation capabilities, a dedicated, wafer compatible X-ray photoelectron spectroscopy (XPS) analytics chamber is also considered.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 2  /  Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Previous Experience
Profile of staff members along with CV’s
Quality Assurance
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: yes
Identification of the project: SFI-Funding Contribution
II.2.14)

Additional information

Sputter Disposition Tool for TCD required. See PQQ for details.
II.2)

Description

II.2.1)

Title

Photelectron Spectroscopy Analysis Chamber
Lot No:  2
II.2.2)

Additional CPV code(s)

38200000  -  Geological and geophysical instruments
38300000  -  Measuring instruments
38400000  -  Instruments for checking physical characteristics
38430000  -  Detection and analysis apparatus
38434000  -  Analysers
38500000  -  Checking and testing apparatus
38540000  -  Machines and apparatus for testing and measuring
38800000  -  Industrial process control equipment and remote-control equipment
38900000  -  Miscellaneous evaluation or testing instruments
38970000  -  Research, testing and scientific technical simulator
II.2.3)

Place of performance

NUTS code:  IE021 -  Dublin
Main site or place of performance:  
Dublin, Ireland
II.2.4)

Description of the procurement

The base tool would be split into two chambers connected via a vacuum transfer system. The tool would be a fully integrated system, with all chambers interconnected under vacuum with wafer transfer between chambers for subsequent processing steps. The tool should be capable of co-deposition of various materials with low roughness and good uniformity across 4” (100 mm) diameter substrates, including at high temperatures. One chamber would be used primarily for deposition of metals, while the other would be designed for deposition of oxides and nitrides, including reactive processes involving the introduction of oxygen and/or nitrogen into the chamber.
Additional deposition chambers such as for pulsed laser deposition (PLD) and molecular beam epitaxy (MBE) are considered, as well. These are to be fully integrated into the vacuum transfer system above. As such, a suitable Nd:YAG laser is potentially required for PLD. Finally, in an attempt to improve the in-situ characterisation capabilities, a dedicated, wafer compatible X-ray photoelectron spectroscopy (XPS) analytics chamber is also considered.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 2  /  Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Previous Experience
Profile of staff members along with CV’s
Quality Assurance
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: yes
Identification of the project: SFI-Funding Contribution
II.2.14)

Additional information

Sputter Disposition Tool for TCD required. See PQQ for details.
II.2)

Description

II.2.1)

Title

PLD Laser & Optics
Lot No:  3
II.2.2)

Additional CPV code(s)

38200000  -  Geological and geophysical instruments
38300000  -  Measuring instruments
38400000  -  Instruments for checking physical characteristics
38430000  -  Detection and analysis apparatus
38434000  -  Analysers
38500000  -  Checking and testing apparatus
38540000  -  Machines and apparatus for testing and measuring
38800000  -  Industrial process control equipment and remote-control equipment
38900000  -  Miscellaneous evaluation or testing instruments
38970000  -  Research, testing and scientific technical simulator
II.2.3)

Place of performance

NUTS code:  IE021 -  Dublin
Main site or place of performance:  
Dublin, Ireland
II.2.4)

Description of the procurement

The base tool would be split into two chambers connected via a vacuum transfer system. The tool would be a fully integrated system, with all chambers interconnected under vacuum with wafer transfer between chambers for subsequent processing steps. The tool should be capable of co-deposition of various materials with low roughness and good uniformity across 4” (100 mm) diameter substrates, including at high temperatures. One chamber would be used primarily for deposition of metals, while the other would be designed for deposition of oxides and nitrides, including reactive processes involving the introduction of oxygen and/or nitrogen into the chamber.
Additional deposition chambers such as for pulsed laser deposition (PLD) and molecular beam epitaxy (MBE) are considered, as well. These are to be fully integrated into the vacuum transfer system above. As such, a suitable Nd:YAG laser is potentially required for PLD. Finally, in an attempt to improve the in-situ characterisation capabilities, a dedicated, wafer compatible X-ray photoelectron spectroscopy (XPS) analytics chamber is also considered.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 2  /  Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Previous Experience
Profile of staff members along with CV’s
Quality Assurance
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: yes
Identification of the project: SFI-Funding Contribution
II.2.14)

Additional information

Sputter Disposition Tool for TCD required. See PQQ for details.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  See LEE091C PQQ document for details
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
See LEE091C PQQ document for details
Minimum level(s) of standards possibly required:  
See LEE091C PQQ document for details
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
See LEE091C PQQ document for details
Minimum level(s) of standards possibly required:  
See LEE091C PQQ document for details
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the 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:  13/07/2016
Local time:  14:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 19/08/2016
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 36  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Central Office of the High Court
Four Courts, Inns Quay
Dublin
7
IE

VI.5)

Date of dispatch of this notice

10/06/2016