23948sdkhjf

Fakta om udbudet

EU-nr
2020/S 227-556443
Offentliggjort
20.11.2020
Udbudstype
Udbud efter forhandling

Udbyder

Danmarks Tekniske Universitet - DTU

Vindere

Mechanical Testing Machines for Construction Material characterisation

(08.06.2021)
MTS Systems Norden AB
Datavägen 37B
43632 Askim

Mechanical Testing Machines for Construction Material Characterisation


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: Kongens Lyngby
NUTS code: DK01 Hovedstaden
Postal code: 2800
Country: Denmark
Contact person: Christian Torrendrup
E-mail: cvto@dtu.dk
Telephone: +45 23100296
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=286469&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=286469&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:

Mechanical Testing Machines for Construction Material Characterisation

II.1.2) Main CPV code
38300000 Measuring instruments
II.1.3) Type of contract
Supplies
II.1.4) Short description:

DTU Structural Lab is a lab-unit under the Villum Center for Advanced Structural and Materials Testing (CASMaT), and underpinned by the two DTU Departments of Civil Engineering and Mechanical Engineering. The laboratory is one of the largest and most well equipped laboratories of its type in Northern Europe and includes a large inventory of test and measurement equipment for both material, component and structural testing, including a large array of servo-hydraulic test machines and actuators as well as both strong floors and walls and advanced measurement and monitoring systems. The laboratory is currently upgrading its capabilities within construction materials testing and in that connection three new test machines with capacities of 100, 500 and 3 000 kN are needed. The subject of the current tender is these three mechanical testing machines for construction material characterisation.

II.1.5) Estimated total value
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
38000000 Laboratory, optical and precision equipments (excl. glasses)
38900000 Miscellaneous evaluation or testing instruments
38970000 Research, testing and scientific technical simulator
II.2.3) Place of performance
NUTS code: DK01 Hovedstaden
Main site or place of performance:

Kgs. Lyngby.

II.2.4) Description of the procurement:

DTU Structural Lab is a lab-unit under the Villum Center for Advanced Structural and Materials Testing (CASMaT), and underpinned by the two DTU Departments of Civil Engineering and Mechanical Engineering. The laboratory is one of the largest and most well equipped laboratories of its type in Northern Europe and includes a large inventory of test and measurement equipment for both material, component and structural testing, including a large array of servo-hydraulic test machines and actuators as well as both strong floors and walls and advanced measurement and monitoring systems. The laboratory is currently upgrading its capabilities within construction materials testing and in that connection three new test machines with capacities of 100, 500 and 3 000 kN are needed. The subject of the current tender is these three mechanical testing machines for construction material characterisation.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality and functionality / 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: 7
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:

Selection of candidates will be based on an overall assessment of the references, which the candidates have provided in connection with fulfilment of minimum requirements for suitability. Candidates with the best and most relevant references in relation to the specific agreement, will be selected.

When assessing the relevance of the references, DTU will among other things give weight to the following parameters:

— references similar with the current procurement, including new machines and/or upgrade of machines;

— age of reference (the newer the reference, the better);

— previous agreements with universities comparable to DTU.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

For all three machines, a number of options apply.

Please be referred to the tender material (requirements specification) for details of all options.

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

In addition to the compulsory grounds for exclusion, cf. section 135-136 in the Danish Public Procurement Act, the voluntary grounds for exclusion in section 137(1)(1, 2 and 6) apply for this tender procedure.

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:

For the last three audited financial years, tenderers must present their net turnover and equity.

Minimum level(s) of standards possibly required:

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

1) a net turnover of DKK 2 000 000; and

2) an equity of DKK 1 000 000.

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

Tenderer must provide references for comparable agreements. Comparable agreements mean agreements with a value of at least DKK 500 000 concerning mechanical testing machines for construction material characterisation or similar 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.

The candidate/tenderer must give the following information for each reference:

— name of the contracting party;

— time of execution, including if the task has been completed;

— short description of the delivery and comparability to this procurement;

— contract value.

Minimum level(s) of standards possibly required:

As a minimum the tenderer must provide five references for comparable agreements.

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 17/12/2020
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: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.3) Additional information:

In addition to the compulsory grounds for exclusion, cf. section 135-136 in the Danish Public Procurement Act, the voluntary grounds for exclusion in section 137(1)(1, 2 and 6) apply for this tender procedure.

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 pre-qualification:

Complaint regarding pre-qualification must be submitted no later than 20 calendar days after notification has been sent to the concerned candidates informing them who has been selected, if the notification includes the grounds for the decision, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, Section 1.

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:
16/11/2020

Send til en kollega

0.048