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
2020/S 199-482452
Offentliggjort
13.10.2020
Udbudstype
Udbud med forhandling uden forudgående offentliggørelse

Udbyder

Danmarks Tekniske Universitet — DTU

Vindere

(13.10.2020)
Optoprim Germany GmbH
Max-Planck-Strasse 3
85716 Unterschleissheim

Microspectrophotometer

(11.12.2020)
Optoprim Germany GmbH
Max-Planck-Strasse 3
85716 Unterschleissheim

Microspectrophotometer


Danmarks Tekniske Universitet — DTU

Voluntary ex ante transparency notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority/entity

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
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:

Microspectrophotometer

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:

In order to fulfil the increasing demand for a specific optical measurements inside cleanroom at DTU Nanolab, an integrated and calibrated microscopic system is currently under consideration, which can combine basic optical characterisations with accurate spectroscopic measurements. The equipment must be pre-calibrated free from measurement errors, in the same time it has to be able to extract various microscopic information quantitatively, as reflection, transmission, fluorescence, polarisation, etc. A high spatial resolution is needed for characterisation of small sampling areas, and the spectral range must cover UV-visible-NIR wavelengths in order to serve different research interests as biology, photonics, semiconductor physics and material science. The instrument must have a user friendly interface design, thus can easier benefit both researchers and students from different backgrounds with different purposes.

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: 1 800 000.00 DKK
II.2) Description
II.2.2) Additional CPV code(s)
38430000 Detection and analysis apparatus
38433000 Spectrometers
38433300 Spectrum analyser
38500000 Checking and testing apparatus
38510000 Microscopes
38514100 Darkfield microscopes
38515100 Polarising microscopes
38515200 Fluorescent microscopes
38519000 Miscellaneous compounds for microscopes
II.2.3) Place of performance
NUTS code: DK01 Hovedstaden
Main site or place of performance:

2800 Kgs. Lyngby, DENMARK.

II.2.4) Description of the procurement:

Considering the demand from the department, a single microspectrophotometer would be the only option, and there are some concrete technical requirements which are listed below.

1) The whole system must be designed to do optical measurements in a wide spectrum range in UV-vis-NIR wavelengths (ca 200 nm to 2 500 nm). This requires both illumination source and detector to be able to cover a wide wavelength range (at least between 400 nm and 2 500 nm). Besides, all the optical components (such as objectives, polarisers and analysers) shouldn’t have high absorbance in the working wavelengths (e.g. quartz optical elements should be chosen to enable high transmission over 90 %). A good measurement accuracy is also necessary, the spectral resolution should be below 0.5 nm in visible wave-lengths and few nanometers in NIR. Besides, a tunable sampling area is required for optical measurements on structures with various sizes, a high spatial resolution is needed with the smallest sampling area below 5 μm by 5 μm, therefore a high sensitivity is also needed on the photo detector.

2) The instrument must have a compact design to be compatible with our cleanroom facilities. Since the instrument will be installed inside a cleanroom for easy characterisations, it has to fulfill safety regulations. It shouldn’t interfere with other cleanroom facilities by generating noises, vibrations or particles, in the same time the performance of the equipment shouldn’t be disturbed by the cleanroom environment. Due to the space limitation inside cleanroom, the footprint of instrument has to be small, less than 1 m by 2 m.

3) The machine must be pre-calibrated with satisfactory reliability and validity of measurements, all the reflection and transmission measurements should be traceable to NIST standards. The cleanroom at DTU Nanolab is ISO 9001 certified and it is essential that the measuring tools in the cleanroom fulfil high quality standards (ISO 9001 or similar). For a multi-user environment inside cleanroom, it is especially crucial that the measurements have to be valid free from system errors and noises. The setup must be robust and pre-calibrated for repeatable measurements, and manual calibration must also be available with accessibility to standard reference samples.

4) Capability for multiple optical measurements is required, including reflection, absorption and transmission measurement on a wide wavelength range from UV to NIR. Polarisers and analysers must be installed on the equipment for measurement of polarisations. Fluorescence measurement is needed for biological studies. Mapping function with a motorised stage is also under consideration, and the possibility for installation in the future when needed is necessary.

5) The equipment must be friendly to operate with a well-designed user interface. Software have to be pre-installed for measurements and basic data analysis, thus new users with a reasonable education level (e.g. a bachelor level) can be trained in few hours to operate the machine independently.

6) The supplier must be able to offer installation services and training sessions in a satisfactory level. High quality customer service is expected.

II.2.5) Award criteria
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:

Based on the detailed descriptions above regarding desired technical features, we have to make an agreement with Optoprim Germany GmbH regarding a Microspectrophotometer from CRAIC Technologies, Inc. Optoprim Germany GmbH is the only supplier of CRAIC Technologies Inc. products to Denmark.

The instrument from CRAIC Technologies, Inc. is the only instrument that covers our need. The reasons are stated as below.

1) CRAIC 20/30 PV microspectrophotometer can cover an impressively wide wavelength range from 200 nm to 2 500 nm, thus is capable for UV-vis-NIR measurements exactly as what we need. The entire system, from illumination optics, objectives, polarisers, analysers, to detectors and spectrometers are specifically designed to be able to work in such a broad wavelength range, which is unique on the market. The spectral resolution can reach below 0.5 nm in the visible wavelength and ~ 3 nm in the NIR range, which is also satisfactory for our purposes. At the same time, a high spatial resolution with a sampling area down-to be-low 2 μm by 2 μm for charaterisations of micro- and nanostructures can be achieved. All the described functions are integrated into a single system controlled by a very user-friendly software interface. The fully integrated solution is unique and patented by CRAIC Technologies, Inc., which is the only company on the market that can fabricate and deliver integrated microspectrophotometer systems with the specs described above.

2) As the cleanroom at DTU Nanolab is ISO 9001 certified it is essential that the measuring equipment in the cleanroom fulfil high quality standards as the ISO 9001 or similar. CRAIC Technologies, Inc. has almost 20 years of dedicated development on the optical instruments, and is certified by the ISO 9001 standard.

3) It can be difficult to integrate multiple functions into a single system, while in the same time maintaining a user-friendly interface. CRAIC 20/30 PV microspectrometer, with the patented design by CRAIC Technologies, Inc., has integrated all the components into a compact tabletop equipment, which is needed for our cleanroom environment, where least degree of interference is tolerated from new coming equipment. Besides, a built-in software is included with the system, which enables convenient measurements for a bachelor-level students after a training of few hours.

4) All the optical components have been pre-calibrated on CRAIC 20/30 PV system, besides, reference samples are also available which can be compared with NIST Traceable Standards. This will not only make measurements more trustworthy, but also can serve as a standard to validate optical characterisations in our institute, a lot of time and energy can thus be spared compared with self-assembled setups, which normally suffer from system errors and inaccuracies.

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

Section V: Award of contract/concession

V.2) Award of contract/concession
V.2.1) Date of contract award decision:
08/10/2020
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: Optoprim Germany GmbH
Postal address: Max-Planck-Strasse 3
Town: Unterschleissheim
NUTS code: DE DEUTSCHLAND
Postal code: 85716
Country: Germany
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: 1 800 000.00 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
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.4.3) Review procedure
Precise information on deadline(s) for review procedures:

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

Complaint regarding the contracting authority’s award of contract without prior publication of a contract notice in the European Union Official Journal must be submitted no later than 30 calendar days from the date after a contract award notice has been published by the contracting authority in the European Union Official Journal and that contract award notice includes the grounds for the decision to award the contract directly, cf. lov om Klagenævnet for Udbud § 7, section 3.

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:
08/10/2020
Annonce Annonce
BREAKING
{{ article.headline }}
0.062|