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 202-488063
Offentliggjort
16.10.2020
Udbudstype
Offentligt udbud

Udbyder

Danmarks Tekniske Universitet — DTU

Vindere

Metabolic Cages for Microbiome Food Research

(05.03.2021)
TSE Systems GmbH
Louisenstr. 65
61348 Bad Homburg v.d.H.

Metabolic Cages for Microbiome Food Research


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.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=283356&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=283356&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:

Metabolic Cages for Microbiome Food Research

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:

DTU Biosustain is working with the gut microbiome, including its health and function. Therefore, it is of vital importance that DTU can study the health of mice gut during experiments e.g. studying the effect of various types of treatment. For studying of the muses, DTU wants to buy a 16-24 cage system of metabolic cages. The cages must be able to monitor calorimetry, activity, movement, bodyweight, food intake, endurance, activity and body temperature. This system must be kept in one cabinet in which temperature, light and humidity can be controlled. Also, a system which can collect urine and feces from individual mice which are to be frozen down directly upon collection must be included.

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.2.2) Additional CPV code(s)
38400000 Instruments for checking physical characteristics
38418000 Calorimeters
38432100 Gas-analysis apparatus
38500000 Checking and testing apparatus
38543000 Gas-detection equipment
38800000 Industrial process control equipment and remote-control equipment
38821000 Radio remote-control apparatus
73300000 Design and execution of research and development
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:

DTU Biosustain is working with the gut microbiome, including its health and function. Therefore, it is of vital importance that DTU can study the health of mice gut during experiments e.g. studying the effect of various types of treatment. For studying of the muses, DTU wants to buy a 16-24 cage system of metabolic cages. The cages must be able to monitor calorimetry, activity, movement, bodyweight, food intake, endurance, activity and body temperature. This system must be kept in one cabinet in which temperature, light and humidity can be controlled. Also, a system which can collect urine and feces from individual mice which are to be frozen down directly upon collection must be included.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality and functionality / Weighting: 75 %
Price - Weighting: 25 %
II.2.6) Estimated value
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:

The tender must offer a service agreement. The service must cover the automated phenotyping system/calorimetry, the environmental chamber, computer workstation, metabolic cages (incl. freezers) as well as labor, travel expenses (if problems cannot be resolved remotely) and parts. Unlimited telephone and email support within 24 hours. Software updates and at least 1 yearly preventive maintenance (including required parts) must also be included. It must be possible to buy the service agreement for one year at a time for up to 5 years.

The tenderer must — as a part of the tender — hand in a list with prices of necessary and optional consumables and supplies for the operation of the instrument, including necessary consumables and supplies to run experiments.

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.1.2) 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 on average of 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 on average 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.

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 three references for comparable agreements.

Comparable agreements mean agreements with a value of at least DKK 1 000 000 concerning CLAMS (Comprehensive laboratory animal monitoring system) metabolic cages or a comparable services. The agreement, to which the reference refers, must not be more than 3 years old. 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.2) Conditions related to the contract
III.2.2) Contract performance conditions:

The agreement is part of the tender documents. But please be aware that if it's not possible to make a delivery before 31 December 2020, DTU is able to annul this procedure and terminate the agreement without any costs for DTU.

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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 13/11/2020
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: 13/11/2020
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.4.3) 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. Law regarding Complaints board (in Danish Klagenævnet for Udbud) § 7, section 2, subsection 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:
13/10/2020
Annonce Annonce
BREAKING
{{ article.headline }}
0.031|instance-web02