23948sdkhjf

Fakta om udbudet

EU-nr
2016/S 085-149677
Offentliggjort
Udbudstype
Udbud med forhandling uden forudgående offentliggørelse

Udbyder

Danmarks Tekniske Universitet

GOM deformation measurement equipment


Danmarks Tekniske Universitet

Contract award notice

Results of the procurement procedure

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danmarks Tekniske Universitet
30060946
Anker Engelundsvej 101, Bygning 101A
Kongens Lyngby
2800
DENMARK
Contact person: Maria Brøchner Tødt
Telephone: +45 45251126
E-mail: marbt@adm.dtu.dk
NUTS code: DK

Internet address(es):

Main address: http://dtu.dk

Address of the buyer profile: http://www.eu-supply.com/dtu.asp

I.2) Joint procurement
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:

GOM deformation measurement equipment.

II.1.2) Main CPV code
38000000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

An integrated 3D high resolution optical deformation measurement system solution. In order to compare past and future results, products must be identical to products used in previous tests.

A range of test specific test routines and already generated measurements for and with the GOM ARAMIS DIC systems have been developed and achieved over the last 10 years. These routines and the generated results have solely been achieved using the GOM ARA-MIS hardware and software environments. A re-formulation of these test routines and re-generation of the measurements in alternative hardware and software package from other suppliers can only be carried out by skilled and specially trained DTU research personal, but at a cost of several man-years and will furthermore be non-compatible with the focus on development of new and innovative research and development carried out by the research staff at DTU.

II.1.6) Information about lots
This contract is divided into lots: no
II.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: 2 400 000.00 DKK
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

In order to compare past and future results, products must be identical to products used in previous tests.

A range of test specific test routines and already generated measurements for and with the GOM ARAMIS DIC systems have been developed and achieved over the last 10 years. These routines and the generated results have solely been achieved using the GOM ARAMIS hardware and software environments. A re-formulation of these test routines and re-generation of the measurements in alternative hardware and software package from other suppliers can only be carried out by skilled and specially trained DTU research personal, but at a cost of several man-years and will furthermore be non-compatible with the focus on development of new and innovative research and development carried out by the research staff at DTU.

II.2.5) Award criteria
Price
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: no
II.2.14) Additional information

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below
  • The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the directive
Explanation:

In order to compare past and future results, products must be identical to products used in previous tests.

A range of test specific test routines and already generated measurements for and with the GOM ARAMIS DIC systems have been developed and achieved over the last 10 years. These routines and the generated results have solely been achieved using the GOM ARA-MIS hardware and software environments. A re-formulation of these test routines and re-generation of the measurements in alternative hardware and software package from other suppliers can only be carried out by skilled and specially trained DTU research personal, but at a cost of several man-years and will furthermore be non-compatible with the focus on development of new and innovative research and development carried out by the research staff at DTU.

Therefore, in order to be able to generate identical results, which are compatible with results from previous tests, the supply of new GOM DIC systems running the associated software packages is mandatory for the supplier, which will be the distributor of GOM products in Denmark, Zebicon A/S.

In terms of research and results, it is required that products used for the equipment have been identified in cooperation with the supplier to guarantee valid and comparable measurement results.

Zebicon/GOM has guaranteed that the existing GOM ARAMIS 2M, 4M and high-speed systems are compatible with the new GOM ARAMIS 6M and 12M as well as PONTOS and TRITOP systems. Only Zebicon/GOM can offer this functionality.

Change of supplier means substantial extra costs and will set back ongoing research activities.

DTU Structural Lab has a considerable existing stock of GOM ARAMIS systems, including spare parts and support equipment. A change of supplier will result in significant extra cost for DTU in terms of both acquisition of new compatible support equipment as well as a separate stock of spare parts. Furthermore, in order for the existing and new systems to be compatible, a range of interface systems have to be developed and produced, which will set back imminent exploitation of the new test systems considerably, leading to delays for already planned test series using the new test systems.

Change of supplier implies that the customer must buy new equipment which due to different technical qualities, will lead to technical incompatibility or excessive technical difficulties.

As stated above, the integrated solution must be compatible with existing test systems.

IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.6) Information about electronic auction
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S: 2016/S 067-116290
IV.2.8) Information about termination of dynamic purchasing system
IV.2.9) Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:
26/04/2016
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Zebicon
Hedegårdsvej
Billund
7190
DENMARK
NUTS code: DK
The contractor is an SME: yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 2 400 000.00 DKK
V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for udbud
Dahlerups Pakhus, Langelinie Allé 17
Copenhagen
2100
DENMARK
Telephone: +45 35291095
E-mail: klfu@erst.dk

Internet address:https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Complaint regarding a decision on short-listing must be submitted no later than 20 calendar days from the date after notification to the concerned Candidates informing them of who has been selected has been sent and this notification includes the grounds for the decision, cf. lov om Klagenævnet for Udbud § 7, Section 1)

Complaint regarding the award of contract:

Complaint regarding the award of contract must be submitted no later than 45 calendar days from the date after the Contracting Authority has published a contract award notice in the European Union Official Journal informing that the Contracting Authority has awarded the contract, cf. lov om Klagenævnet for Udbud § 7, Section 2, No 1.

Complaint regarding the award of a contract under a framework agreement with a reopening of the competition:

Complaint regarding the award of a contract under a framework agreement with a reopening of the competition must be submitted no later than 30 calendar days form the date after the Contracting Authority has notified the concerned Tenderers that a contract has been awarded, if the notification includes the grounds for the decision, cf. lov om Klagenævnet for Udbud § 7, Section 2, No 2.

Complaint regarding the award of a framework agreement:

Complaint regarding the award of a framework agreement must be submitted no later than 6 months from the date after the Contracting Authority have notified the concerned Candidates and Tenderers that award of contract has happened, cf. lov om Klagenævnet for Udbud § 7, Section 2, No 3.

Complaint regarding direct award of contract:

Complaint regarding the Contracting Authority's award of contract without prior publication of a contract notice in the European Union Official Journal must be submitted no later than 30 calendar days from the date after a contract award notice has been published by the Contracting Authority in the European Union Official Journal and that contract award notice includes the grounds for the decision to award the contract directly, cf. lov om Klagenævnet for Udbud § 7, section 3.

Compliant regarding public procurements below the EU threshold:

Complaint regarding public procurements below the EU threshold must be submitted no later than 45 calendar days from the date after the Contracting Authority has notified the Tenderers about the award of contract if this notification includes the grounds for the decision; and no later than 6 months after the date where the Contracting Authority has notified the Candidates and Tenderers about that award of a framework agreement, if the notification includes the grounds for the decision, cf. lov om Klagenævnet for Udbud § 7, section 4, No 1 and 2. Compliant regarding a decision on short-listing on procurement below the EU threshold must be submitted no later than 20 calendar days from the date after the Contracting Authority has sent a notification to the concerned Candidates regarding who has been selected and this notification includes the grounds for the decision, cf. lov om Klagenævnet for Udbud § 7, section 5.

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
Valby
2500
DENMARK
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address:http://www.kfst.dk/

VI.5) Date of dispatch of this notice:
26/04/2016

Send til en kollega

0.031