23948sdkhjf

Fakta om udbudet

EU-nr
2020/S 192-461308
Offentliggjort
02.10.2020
Udbudstype
Offentligt udbud

Udbyder

Danmarks Tekniske Universitet — DTU

Vindere

HTS-platform

(30.03.2021)
Lab-Services BV
Nikkelstraat 5
4823 AE Breda

HTS-platform

(30.03.2021)
Kem-En-Tec Nordic A/S
Kuldyssen 10
2630 Taastrup

Opdateringer

Rettelse
(26.10.2020)

IV.2.2)
Placing the text to be modified:Time limit for receipt of tenders or requests to participate
instead of:
Date: 04-11-2020
Time: 14:00
Read:
Date: 18-11-2020
Time: 14:00


Additional information
Deadline for submission of tenders have been extended to 18 November 2020, 14.00 (Copenhagen time).
Deadline for submission of questions for the tender have been extended to 5 November 2020 (Copenhagen time).

High Throughput Screening Platform


Danmarks Tekniske Universitet — DTU

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Danmarks Tekniske Universitet — DTU
National registration number: 30060946
Postal address: Anker Engelunds Vej 1
Town: Kgs. Lyngby
NUTS code: DK01 Hovedstaden
Postal code: 2800
Country: Denmark
Contact person: Katrine Freiesleben Petersen
E-mail: kafre@dtu.dk
Telephone: +45 45252525

Internet address(es):

Main address: http://www.dtu.dk

Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/165863

I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=276715&B=DTU
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=276715&B=DTU
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:

High Throughput Screening Platform

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:

The DTU Screening Core (DTU-SCore), a sub division of the Department of Chemistry, requires a High Throughput Screening (HTS) platform. The platform will be the main component of the everyday working schedule of DTU-SCore. The instruments that are a part of this platform and the platform it-self, will be used in collaboration with DK-OPENSCREEN, the Danish infrastructure for chemical biology.

The HTS Platform will be used for screening small molecules in different assay formats including bio-chemical, biophysical and cell-based assays, which will form the main working procedures of DTU-SCore. It will also be used in the production and copying of assay ready plates together with DK-OPENSCREEN. Both DK-OPENSCREEN and DTU-SCore require the capacity for supporting an in-creased number of projects and the ability to screen a larger number of compounds. Therefore an in-crease in automation for expanding the scope and efficiency of the program is necessary.

II.1.5) Estimated total value
Value excluding VAT: 2 500 000.00 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)
38500000 Checking and testing apparatus
38540000 Machines and apparatus for testing and measuring
38821000 Radio remote-control apparatus
48610000 Database systems
73120000 Experimental development services
II.2.3) Place of performance
NUTS code: DK01 Hovedstaden
Main site or place of performance:

2800 Kgs. Lyngby.

II.2.4) Description of the procurement:

The DTU Screening Core (DTU-SCore), a sub division of the Department of Chemistry, requires a High Throughput Screening (HTS) platform. The platform will be the main component of the everyday working schedule of DTU-SCore. The instruments that are a part of this platform and the platform it-self, will be used in collaboration with DK-OPENSCREEN, the Danish infrastructure for chemical biology.

The HTS Platform will be used for screening small molecules in different assay formats including bio-chemical, biophysical and cell-based assays, which will form the main working procedures of DTU-SCore. It will also be used in the production and copying of assay ready plates together with DK-OPENSCREEN. Both DK-OPENSCREEN and DTU-SCore require the capacity for supporting an in-creased number of projects and the ability to screen a larger number of compounds. Therefore an in-crease in automation for expanding the scope and efficiency of the program is necessary.

The platform will be operated by a limited number of users with varying backgrounds; as such an easy to use system with easy interchangeability in programming, set-up, and upgradability is of a high importance, both to accommodate the different users and to avoid limiting the capability of the platform and longevity of DTU-SCore. The Platform will be used for both DTU internal and external projects comprising compound plate production and screening campaigns, as required.

See more in Appendix 1: Requirement/Technical Specification.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality and functionality / Weighting: 65 %
Price - Weighting: 35 %
II.2.6) Estimated value
Value excluding VAT: 2 500 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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: yes
Description of options:

Reference to requirement No in appendix 1:

1.6 Design, Access offline

1.11 Disposal of waste, Directly disposal of waste

3.2.2 Incubator, Additional capacity

3.2.9 Incubator, Linear shaking or agitation

3.2.10 Incubator, O2 control

3.2.11 Incubator, Disinfection system

3.3.1 –

3.3.9 Cold storage

3.4.1 Lid storage, temporary storage of at least 1 SBS format plate lid

4.1.1 -

4.1.2 Plate shaker, plate shaker and integration of plate shaker.

6.7 Remote access, remote access and off-site control of the platform.

8.7 On-site follow-up training, 2-days on-site training for full platform use

8.8 Extension of the warranty, up to 4 years after expiry.

8.9 Extension of the service agreement, up to 4 years after expiry.

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:

To be sure the tenderer possesses the necessary level for economic and financial standing, it's a requirement that the tenderer has a minimum net turnover and a minimum of equity for the last 3 audited financial years.

Minimum level(s) of standards possibly required:

For the last 3 audited financial years, as a minimum the tenderer must for each year have had a:

— net turnover of DKK 5 000 000,

— equity of DKK 1 000 000.

If the tenderer cannot comply with the required figures for financial standing, the tenderer can document their financial standing by sending an on-demand guarantee from a bank or similar with a value of DKK 1 000 000 equivalent to the minimum level for equity.

If the tenderer cannot comply with the requirement, the tenderer can rely on the capacities of other entities or establish a consortium.

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

To be sure the tenderer possesses the necessary level of technical and professional ability, it’s a requirement, that the tenderer as a minimum gives references for comparable agreements.

Minimum level(s) of standards possibly required:

As a minimum the tenderer must provide 3 references for comparable agreements. Comparable agreements mean agreements with a value of at least DKK 2 000 000 concerning a HTS-platform or a comparable service. The agreement, to which the reference refers, must not be more than 3 year olds. The date is calculated from the last signature on the agreement referred to.

If the tenderer cannot comply with the requirement, the tenderer can rely on the capacities of other entities or make a consortium.

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: 04/11/2020
Local time: 14:00
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 04/11/2020
Local time: 14:00

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
Electronic payment will be used
VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
Postal address: Nævnenes hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@erst.dk
Telephone: +45 35291000

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

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

Complaint regarding award of contract:

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

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: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
29/09/2020

Send til en kollega

0.047