Transport and Scanning Probe Measurements System
Aarhus Universitet
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: Martin Winther Bolet
E-mail:
udbud@au.dk
Telephone: +45 93521783
Internet address(es):
Main address: https://www.au.dk/
I.2)
Information about joint procurement
I.3)
Communication
Additional information can be obtained from the abovementioned address
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:
Transport and Scanning Probe Measurements System
Reference number: 2020-0114053
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 transport and scanning probe measurements system to the Department of Physics and Astronomy.
The transport and scanning probe measurements system will be used to measure at nan0scale electronic and magnetic properties of hybrid layered materials.
II.1.5)
Estimated total value
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)
33000000 Medical equipments, pharmaceuticals and personal care products
II.2.3)
Place of performance
NUTS code:
DK042 Østjylland
Main site or place of performance:
II.2.4)
Description of the procurement:
Aarhus University puts out to tender the purchase of a transport and scanning probe measurements system to the Department of Physics and Astronomy.
The transport and scanning probe measurements system will be used to measure at nan0scale electronic and magnetic properties of hybrid layered materials.
II.2.5)
Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6)
Estimated value
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:
There is an option to extend the warranty for 1 year.
II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: yes
Description of options:
There is options to purchase:
1) AFM/MFM insert (4) including control system,
2) SHPM insert (5) including control system, and
3) Confocal Raman (insert 6) including control system, and
4) Confocal Raman external optical instrumentation.
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
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:
There are no requirements for economic and financial standing.
Minimum level(s) of standards possibly required:
III.1.3)
Technical and professional ability
List and brief description of selection criteria:
There are no requirements for technical and professional capacity.
Minimum level(s) of standards possibly required:
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: 05/08/2020
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: 05/08/2020
Local time: 10:01
Place:
Section VI: Complementary information
VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)
Additional information:
VI.4)
Procedures for review
VI.4.2)
Body responsible for mediation procedures
VI.4.3)
Review procedure
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:
03/07/2020