23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
2015/S 108-195854
Offentliggjort
08.06.2015
Udbudstype
Offentligt udbud

Udbyder

Københavns Universitet

Vindere

Acquisition of Microscope for Bio-Nanotechnology and Nanomedicine Lab Department of Chemistry & Nano-Science

(20.10.2015)
Olympus Danmark A/S
Tempovej 48-50
2750 Ballerup

Acquisition of microscope for Department of Chemistry and Nano-Science.


Københavns Universitet

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1) Name, addresses and contact point(s)

Københavns Universitet
29979812
Nørregade 10
For the attention of: Peter Lintrup
1165 København K
DENMARK
Telephone: +45 35322626
E-mail: peli@adm.ku.dk

Internet address(es):

General address of the contracting authority: http://www.ku.dk/

Address of the buyer profile: http://eu.eu-supply.com/ctm/Supplier/CompanyInformation/Index/166597

Electronic access to information: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=145412&B=KU

Electronic submission of tenders and requests to participate: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=145412&B=KU

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
Other: university
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:
Acquisition of microscope for Department of Chemistry and Nano-Science.
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: København K.

NUTS code DK011

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 instrument should perform standard TIRF- and wide field fluorescence microscopy with single molecule resolution. Perform simultaneous multicolour and FRET imaging under wide field and TIRF illumination. The emission light from donor and acceptor shall be split and imaged simultaneous on either 2 different EM-CCD cameras or on a single camera using dual camera adaptor.
Software for analysis of data should be included. The instrument should perform photoswitching of photoactivatable chromophores with at least 2 lasers. The instrument should perform single molecule imaging with signal to noise ratio of > 5 under ideal conditions. Higher S/N is desired. The instrument should perform single molecule localization s.d. of ± 40 nm or less (fitting centroid position of PSFs).
II.1.6) Common procurement vocabulary (CPV)

38510000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
Estimated value excluding VAT: 2 800 000 DKK
II.2.2) Information about options
Options: yes
Description of these options: One EM-CCD camera and dual view beam splitting device with dual view camera adaptor allowing splitting of emission light using dichroic mirrors and emission filters in 2 paths in the camera. Adaptor must be equipped with high quality filters.
II.2.3) Information about renewals
This contract is subject to renewal: no
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:
A 2-year full warranty on the product, as described in the Sales of Goods Act, LBK No 237 of 28.3.2003 must be provided.
In the event of equipment failure within the warranty period, the tenderer is required to respond to a request from the contracting authority within 24 working day-hours. The response is when the tenderer begins correction of errors or initiate personal assistance by electronic measure or by e-mail counselling.
In the event of equipment failure within the warranty period, the tenderer is required to initiate a repair or offer a placement model within 12 weeks from notification.
Service and maintenance within the warranty period shall be in accordance with the manufacturers guidelines required to maintain performance and stability of the equipment.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Domestic tenderers must be send an invoice electronically to the relevant EAN No of the department, with the current month‘s credit payment.
International tenderes must submit an invoice to the department of Chemistry, University of Copenhagen, Universitetsparken 5, 2100 København Ø, Denmark.
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
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The tenderer cannot be convicted of any offence, as described in the Procurement Directive (2004/18/EC)‘s Article 45. 1 point a-d and paragraph 2 point a-d.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The tenderer cannot have significant unpaid debt to the public at the time of tendering of this procedure, cf. 336 of 13.5.1997 — Decree of the Act on Restriction of the debtor‘s participation in public procurement.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
All suppliers that can abide by the content of the invitation letter, the tender conditions, the contract draft, solemn declarations (the declaration of references), and have the opportunity to deliver a product that meets the requirements of the specifications described limitations, can participate in the tender.
Minimum level(s) of standards possibly required:
The tenderer must be established as a supplier of microscopes, evidenced by a significant number with references of relevant deliveries from the last 3 years of installations of comparable equipment within Europe.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

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, incl. price on optional additions. Weighting 40

2. Quality, functionality and technological environment. Weighting 40

3. Training and delivery. Weighting 5

4. Service. Weighting 15

 

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:
043-0131/15-7000
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
13.7.2015 - 12:00
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
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
IV.3.8) Conditions for opening of tenders
Date: 13.7.2015 - 12:00
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information

To be part of this tender one has to be logged in at: https://www.eu-supply.com/ku.asp by using username and password. If a tenderer does not have username and password, registration at EU-supply is necessary and can be made at: https://eu.eu-supply.com/pub/registercompany.asp?OID=16&B=KU Registration and membership entails no economic cost to the tenderer.

The entire tender process is in the Complete Tender Management (CMT) system, hosted by EU-supply. All tender material is present in the CMT system and can only be accessed from here. All communication with the contracting entity must be through the CMT system, to ensure full transparency in the tender process.
The total tender material, available in the CTM system consists of:
— dates for the relevant deadlines of the tender,
— tender requirements as described in the 'Questions' section.
Furthermore there is to the tender attached following documents:
— tender conditions,
— contract draft,
— solemn declarations and statements,
— tailcalculation.

A tenderer user manual for the CTM system at EU-supply is found at: https://www.eu-supply.com/img/brandings/ku_quickguide_en.pdf

Tenderers are recommended to read the entire tender material throughout and closely follow the instructions in preparation of the bid.

If a tenderer experiences difficulties with the CTM system, EU-supply customer support is reached by mail: support@eu-supply.com or by telephone +45 70208014, Monday-Friday between 8:00 and 18:00.

VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenævnet for Udbud
Dahlerups Pakhus — Langelinie Allé 17
2100 København Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: http://www.klfu.dk

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: A complaint against the contracting entity who, in accordance with the European Parliament and Council Directive No 2004/18/EC, has decided to award a contract must, in accordance with the Danish act on enforcement of procurement rules, etc. § 7, para. 2, point 1, be filed to the Danish Public procurement Appeal Board within 45 calendar days from the day following the day on which a contract notice is published in the Official Journal of the European Union.
The Danish act on enforcement of procurement rules, etc. defines in § 3 para. 1, point 1 a standstill period of 10 calender days from the day after the date on which notification of the award decision has been forwarded the tenderers.
Latest at the same time as a complaint is lodged to the Danish Public Procurement Appeal Board, the appellant shall in writing inform the contracting entity about the lodging of a complaint to the Danish Public Procurement Appeal Board, and whether the complaint has been submitted in the stand-still period. In cases where the complaint is not submitted in the stand-still period, the appellant must specify any suspensive effect of the complaint to The Danish act on enforcement of procurement rules § 12, para. 1.
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://www.kfst.dk

VI.5) Date of dispatch of this notice:
2.6.2015
Annonce Annonce
BREAKING
{{ article.headline }}
0.078|instance-web03