23948sdkhjf

Fakta om udbudet

EU-nr
2020/S 108-261485
Offentliggjort
05.06.2020
Udbudstype
Offentligt udbud

Udbyder

Aarhus Universitet

Vindere

(03.07.2020)
Wyatt Technology Europe GmbH
Dernbach

Purchase of a Size Exclusion Chromatography Instrument to Aarhus University


Aarhus Universitet

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Aarhus Universitet
National registration number: 31119103
Postal address: Nordre Ringgade 1
Town: Aarhus C
NUTS code: DK DANMARK
Postal code: 8000
Country: Denmark
Contact person: Suheyla Savas
E-mail: schs@au.dk
Telephone: +45 93508667

Internet address(es):

Main address: https://www.au.dk/

I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.ethics.dk/ethics/eo#/84ab22e4-123d-4fab-899a-e0193fcec886/publicMaterial
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.ethics.dk/ethics/eo#/84ab22e4-123d-4fab-899a-e0193fcec886/homepage
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.ethics.dk/ethics/eo#/84ab22e4-123d-4fab-899a-e0193fcec886/homepage
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:

Purchase of a Size Exclusion Chromatography Instrument to Aarhus University

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:

Aarhus University puts out to tender the purchase of a size exclusion chromatography instrument to Aarhus University.

II.1.5) Estimated total value
Value excluding VAT: 800 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
II.2.3) Place of performance
NUTS code: DK04 Midtjylland
II.2.4) Description of the procurement:

Aarhus University puts out to tender the purchase of a size exclusion chromatography instrument to Aarhus University.

Size exclusion chromatography is an instrument that is designed to quantify average molar masses of solutes. Solutes are typically macromolecules, with molar mass of at least 1 000 Da. Typical solutes include but are not limited to proteins, nucleic acids, synthetic macromolecules, conjugates thereof, products of degradation thereof. Separation of solutes by molar mass (more precisely, by hydrodynamic volume) is performed by the instrument using a column packed with a porous gel matrix, such that solutes are separated by the retention time on the column. Such an instrument typically has detectors to quantify concentration of solutes in solution. For absolutely molar mass quantification, multi-angle light scattering (MALS) detectors are employed.

Tenderers are invited herein to submit their offers for a size exclusion chromatography instrument equipped with a minimum of three detectors, including a MALS detector for absolute molar mass quantification. The instrument should be equipped with an auto-sampler and a thermostated column compartment. The instrument must work on water (including buffered aqueous solutions) and most regular organic solvents (tetrahydrofuran, dimethylformamide).

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value
Value excluding VAT: 800 000.00 DKK
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.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
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

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.

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
III.1.2) Economic and financial standing
List and brief description of selection criteria:

The contracting authority has no criteria to economic and financial standing.

Minimum level(s) of standards possibly required:

None.

III.1.3) Technical and professional ability
List and brief description of selection criteria:

The contracting authority has no criteria to technical and professional ability.

Minimum level(s) of standards possibly required:

None

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:
III.2.3) Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
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
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 19/06/2020
Local time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 19/06/2020
Local time: 10:05
Place:

Aarhus

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for udbud
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405708

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:

Appeals regarding the award of the contract must be received by the Complaints Board for Public Procurement 45 days from the day following date of the publication of the contracting authority's notice in the Official Journal of the European Union that the contracting authority has entered into a contract.

At the latest concurrently with submission of an appeal to the Complaints Board for Public Procurement, the complainant must inform the contracting authority of the alleged infringement and whether the appeal is to be referred to the board.

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000

Internet address: www.kfst.dk

VI.5) Date of dispatch of this notice:
04/06/2020

Send til en kollega

0.032