23948sdkhjf

Fakta om udbudet

EU-nr
2020/S 185-446632
Offentliggjort
23.09.2020
Udbudstype
Udbud med forhandling uden forudgående offentliggørelse

Udbyder

Aarhus Universitet

Vindere

1

(23.09.2020)
Zeiss A/S
Birkerød

3D X-ray Tomography Microscope System


Aarhus Universitet

Voluntary ex ante transparency notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority/entity

I.1) Name and addresses
Official name: Aarhus Universitet
National registration number: 311 19 103
Postal address: Trøjborgvej 82-84
Town: Aarhus C
NUTS code: DK DANMARK
Postal code: 8000
Country: Denmark
Contact person: Martin Bolet
E-mail: udbud@au.dk
Telephone: +45 60202600

Internet address(es):

Main address: www.au.dk

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:

3D X-ray Tomography Microscope System

Reference number: 2020-0164147
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 wants to buy a 3D X-ray microscope for research purposes. The instrument will be used to study the microstructure of bones and other biological materials as well as synthetic materials including for example energy materials and construction materials. A key priority is that the instrument provides spatial resolution ranging from tens of microns to submicron, gives access to multiple contrast modes and affords a large sour-to-sample working distance to enable large sample sizes and/or in-situ measurement cells.

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: 8 560 000.00 DKK
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
II.2.3) Place of performance
NUTS code: DK042 Østjylland
II.2.4) Description of the procurement:

Aarhus University wants to buy a 3D X-ray microscope for research purposes. The instrument will be used to study the microstructure of bones and other biological materials as well as synthetic materials including for example energy materials and construction materials. A key priority is that the instrument provides spatial resolution ranging from tens of microns to submicron, gives access to multiple contrast modes and affords a large sour-to-sample working distance to enable large sample sizes and/or in situ measurement cells.

II.2.4).

The 3D X-ray microscope must have the following specifications

1) the instrument should be a laboratory-based non-destructive 3D X-ray microscope, using both optical and geometric magnifications, with spatial resolution ranging from 50 microns down to submicron (0.5um) and multiple contrast modes:

a) absorption,

b) propagation-based phase,

c) diffraction;

2) the magnification system should be a two-stage magnification geometry that includes both optical magnification and X-ray projection geometry magnification, to provide high spatial resolution at large (>50 mm) source-to-sample working distance (enabling high resolution image of large sample sizes and/or in-situ). Optical magnification should contain objectives -0.4X, 4X, 20X, and 40X additionally, a flat panel extension for large volume imaging must be included;

3) spatial resolution must be <=0.5 μm using a calibrated linewidth standard;

4) spatial Resolution at working distance must be <=1.0 μm at >=50 mm clearance around the sample rotation axis;

5) the X-ray source must support up to 160 kV, up to 25 W, closed-source transmission tube to minimize need for filament/target replacement and vacuum maintenance;

6) advanced visualization/analysis software must be included.

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
Negotiated procedure without prior publication
  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons
Explanation:

The combination of requirements described above are fulfilled exclusively by one supplier. The possibility that there are other potential suppliers who could deliver the same has been objectively excluded by market consultations.

IV.1.3) Information about framework agreement
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

Section V: Award of contract/concession

Contract No: 1
Title:

1

V.2) Award of contract/concession
V.2.1) Date of contract award decision:
18/09/2020
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor/concessionaire
Official name: Zeiss A/S
Town: Birkerød
NUTS code: DK DANMARK
Country: Denmark
The contractor/concessionaire will be an SME: yes
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: 8 560 000.00 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
Official name: Klagenævnet for udbud Complaints Board for Public Procurement
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:

Please contact Aarhus University, if you have a comment about this notice — udbud@au.dk

Following the notification, a standstill period of 10 calendar days will be held in accordance to paragraph 3 of Act No 593 of 2 June 2016 on the Danish Act on the Complaints Board for public Procurement. This implies that the contracting authority cannot sign the contract with the winning tenderer before the standstill period has expired.

In case of complaints about tenders or decisions, e.g. award of contracts covered by Section II or III in the Danish Public Procurement Act must be submitted to the Complaints Board for Public Procurement (Klagenævnet for udbud) within 45 calendar days from the day after the contractor published a notice in the Official Journal on the conclusion of 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 4171500
VI.5) Date of dispatch of this notice:
18/09/2020

Send til en kollega

0.063