Purchase of hemispherical electron energy analyser and an X-ray source
Aarhus Universitet
Directive 2004/18/EC
Section I: Contracting authority
I.1)
Name, addresses and contact point(s)
Aarhus Universitet
Fuglesangs Allé 26
Contact point(s): Indkøb
For the attention of: Marie Jepsen
8210 Aarhus V
DENMARK
Telephone: +45 93508260
E-mail: udbud@au.dk
Internet address(es):
General address of the contracting authority: www.au.dk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)
Type of the contracting authority
Body governed by public law
I.3)
Main activity
Education
I.4)
Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)
Description
II.1.1)
Title attributed to the contract by the contracting authority:
Purchase of hemispherical electron energy analyser and an X-ray source.
II.1.2)
Type of contract and location of works, place of delivery or of performance
Supplies
NUTS code
II.1.3)
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)
Information on framework agreement
II.1.5)
Short description of the contract or purchase(s)
The Department of Physics and Astronomy seek a laboratory based X-ray photoelectron spectroscopy set up, suitable as a bolt-on addition to an already existing ultra-high vacuum chamber. The equipment is to be used in a university research laboratory at the Department of Physics and Astronomy, Aarhus University. The spectrometer set up, which is to include a hemispherical electron analyser and an X-ray source, will be used for fundamental surface science studies on a range of substrates. Our priorities are high throughput with high resolution on an adaptable system which is modular based and suitable for upgrades at some future point.
In Appendix 2 detailed technical specifications are given for the products to be purchased. It is highly recommended that all specifications are compiled with.
II.1.6)
Common procurement vocabulary (CPV)
II.1.7)
Information about Government Procurement Agreement (GPA)
II.1.8)
Lots
This contract is divided into lots: no
II.1.9)
Information about variants
Variants will be accepted: no
II.2)
Quantity or scope of the contract
II.2.1)
Total quantity or scope:
II.2.2)
Information about options
II.2.3)
Information about renewals
II.3)
Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)
Conditions relating to the contract
III.1.1)
Deposits and guarantees required:
III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)
Other particular conditions
III.2)
Conditions for participation
III.2.1)
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)
Economic and financial ability
III.2.3)
Technical capacity
III.2.4)
Information about reserved contracts
III.3)
Conditions specific to services contracts
III.3.1)
Information about a particular profession
III.3.2)
Staff responsible for the execution of the service
Section IV: Procedure
IV.1)
Type of procedure
IV.1.1)
Type of procedure
Open
IV.1.2)
Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)
Reduction of the number of operators during the negotiation or dialogue
IV.2)
Award criteria
IV.2.1)
Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 30
2. Quality. Weighting 25
3. Functionality. Weighting 25
4. Service. Weighting 20
IV.2.2)
Information about electronic auction
An electronic auction will be used: no
IV.3)
Administrative information
IV.3.1)
File reference number attributed by the contracting authority:
143811
IV.3.2)
Previous publication(s) concerning the same contract
no
IV.3.3)
Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)
Time limit for receipt of tenders or requests to participate
4.3.2016 - 14:00
IV.3.5)
Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)
Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)
Minimum time frame during which the tenderer must maintain the tender
IV.3.8)
Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)
Information about recurrence
VI.2)
Information about European Union funds
VI.3)
Additional information
The purchase is published in accordance with the Public Procurement Act (Udbudsloven) § 191, because this contract has a total estimated value below the EU thresholds, but are considered to have cross-border interest.
This means that it is not a EU-tender, but an Announcement.
VI.4)
Procedures for appeal
VI.4.1)
Body responsible for appeal procedures
VI.4.2)
Lodging of appeals
VI.4.3)
Service from which information about the lodging of appeals may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://kfst.dk
VI.5)
Date of dispatch of this notice:
5.2.2016