Fakta om udbudet
Bestilling af materiale
Udbyder
Syddansk Universitet
Vindere
Mini-tender on Category 6: Inverted Optical Microscope
(20.09.2021)
Ramcon A/S
Bregnerødvej 132
3460 Birkerød
Category 6: Confocal Raman Imaging Microscope
(22.09.2021)
Horiba Europe Gmbh, Germany Filial Sverige
Grimboåsen 10A
41705 GÖTEBORG
Mini-tender on category 7: Mouse Body Composition Analyzer
(26.11.2021)
Samsi AS
Rosenholmveien 25
1414 Trollåsen
Mini-tender on category 7: X-ray analytical instrument
(03.12.2021)
BSL Vetenskaplig filial
Artillerigatan 42
11445 STOCKHOLM
Autoklave til Nyt Sund
(23.03.2022)
Holm & Halby A/S
Vallensbækvej 35
2605 Brøndby
Nitrogenfrysere i Nitrogen gasform
(08.04.2022)
Linde Gas A/S
Lautruphøj 2-6
2750 Ballerup
Udbud af autoklaver til Nyt Sund (Biomedicinsk Laboratorium)
(20.05.2022)
Scanbur A/S
Silovej 16 - 18
2690 Karlslunde
TripleQuadropole
(05.08.2022)
Agilent Technologies Denmark A/S
Produktionsvej 42
2600 Glostrup
Genudbud af LAF bænke/sikkerhedskabinetter til Nyt Sund
(26.10.2022)
Holm & Halby A/S
Vallensbækvej 35
2605 Brøndby
Category 6: Two Slidescanners
(25.11.2022)
Evident Europe, Dansk filial af Evident Europe GmbH Germany
Tempovej 48-50
2750 Ballerup
Category 6: A combined multi photon excitation and confocal microscope
(10.01.2023)
Ramcon A/S
Blokken 76
3460 Birkerød
Category 6: Re-tender of light sheet microscope
(24.02.2023)
Miltenyi Biotec Norden AB
Midtermolen 1
2100 København Ø
Opdateringer
IV.2.4)
Placing the text to be modified:Languages in which tenders or requests to participate may be submitted:
instead of:
Read:
The application must be in Danish or English.
IV.2.2)
Placing the text to be modified:Time limit for receipt of tenders or requests to participate
instead of:
Date: 03-05-2021
Time: 12:00
Read:
Date: 15-05-2031
Time: 12:00
Dynamic Purchasing System Regarding the Purchase of Research and Laboratory Equipment
Syddansk Universitet
Contract notice
Supplies
Section I: Contracting authority
National registration number: 29283958
Postal address: Udbudskontoret
Town: Odense M
NUTS code: DK Danmark
Postal code: 5230
Country: Denmark
Contact person: Cindie Arendal Petersen
E-mail: cap@sdu.dk
Telephone: +45 65509297
Internet address(es):
Main address: https://permalink.mercell.com/152870203.aspx
Address of the buyer profile: http://www.sdu.dk/
Section II: Object
Dynamic Purchasing System Regarding the Purchase of Research and Laboratory Equipment
The pre-qualification specifications include a summary of the creation of SDU's Dynamic Purchasing System regarding the purchase of research and laboratory equipment including the conditions for applying for admission to the system.
The Dynamic Purchasing System is divided into 7 categories, for which the applicants who meet the qualification requirements are pre-qualified, and in which the specific procurements are carried out:
• autoclaves;
• cooling and freezing storage solutions;
• electrical measuring and testing equipment;
• environmental control equipment;
• incubators;
• microscopes;
• physical and chemical analysis equipment.
Period purchase agreements can be used in connection with awards on the Dynamic Purchasing System. In this connection, it may be a requirement that the supplier can integrate with the Customer's e-commerce system in force at any time.
Tender is handled by Mercell Sourcing Services, use https://permalink.mercell.com/152870203.aspx
1) Autoclaves
For example but not limited to:
• manual autoclaves;
• automatic autoclaves;
• dry/wet autoclaving;
• other autoclaves;
• accessories for autoclaves.
Extensions are decided at the latest when there is a 6-month term left by the system.
All applicants who meet the qualification requirements will be admitted to the system.
2) Cooling and Freezing Storage Solutions
For example but not limited to:
• refrigerator with air exhaust;
• freezers from -40 ºC to -120 ºC,
• freezers -140 and -150 degrees;
• pharmaceutical refrigerators;
• nitrogen freezers;
• freezers/refrigerators with alarms;
• other cooling and freezing storage solutions for laboratory and research use accessories for cooling and freezing storage equipment.
Extensions are decided at the latest when there is a 6-month term left by the system.
All Applicants who meet the qualification requirements will be admitted to the system.
3) Electrical Measuring and Testing Equipment
For example but not limited to:
• oscilloscopes;
• osmometers;
• potentiometers;
• radiation monitors;
• electron beam cameras;
• sound meters;
• infrared measuring equipment;
• powermeter;
• signal sources and generators;
• electric switchboards;
• power supplies;
• spectrum analysers;
• rensile testers.
Extensions are decided at the latest when there is a 6-month term left by the system.
All Applicants who meet the qualification requirements will be admitted to the system.
4) Environmental Control Equipment
For example but not limited to:
• glove boxes;
• anaerobic chambers;
• LAF benches;
• other types of environmental control equipment;
• accessories for environmental control equipment.
Extensions are decided at the latest when there is a 6-month term left by the system.
All applicants who meet the qualification requirements will be admitted to the system.
5) Incubators
For example but not limited to:
• CO2 incubators;
• N2 incubators;
• general purpose;
• refrigerated;
• hybridisation;
• shaking;
• climate chambers;
• other types of incubators;
• accessories for incubators.
Extensions are decided at the latest when there is a 6-month term left by the system.
All applicants who meet the qualification requirements will be admitted to the system.
6) Microscopes
For example but not limited to:
• fluorescence microscopes;
• electron microscopes;
• conforcale microscopes;
• laser scanning microscopes;
• stereomicroscopes;
• polarised light microscopes;
• climate chambers for microscopes;
• confocal Raman microscopes;
• stimulated Raman scattering microscopy;
• coherent anti-Stokes Raman scattering microscopy;
• microscopes for supper resolution including:
• stimulated emission depletion microscopy;
• structured illumination microscopy;
• Storm microscopy;
• spinning disk confocal microscopes;
• other advanced microscopes for research purposes;
• accessories for advanced microscopes.
Extensions are decided at the latest when there is a 6-month term left by the system.
All applicants who meet the qualification requirements will be admitted to the system.
7) Physical and Chemical Analysis Equipment
For example but not limited to:
• IC- Ion Chromatography;
• GC - gas chromatography;
• CE - capillary electrophoresis instruments;
• SFC - supercritical fluid chromatography;
• LC - liquid chromatography (HPLC, UHPLC, nano-LC and preparative HPLC;
• GPC - SEC;
• other chromatography solutions;
• accessories for chromatography;
• MALDI mass spectrometry (MS) instruments;
• Electrospray ionization (ESI) mass spectrometry instruments;
• ICP- MS systems;
• TOF-MS systems;
• ion Trap MS instruments;
• orbitrap and ion cyclotron resonance (FT-MS) instruments;
• CyTOF spectrometry and similar systems;
• ion mobility spectrometry (IMS) systems;
• tandem mass spectrometry systems (MS/MS);
• hybrid tandem mass spectrometry systems (e.g. Q-TOF, Q-Orbitrap, IMS-MS, etc.);
• mass spectrometry imaging (MSI) systems (MALDI, DESI, etc.);
• hyphenated liquid chromatography — mass spectrometry systems (LC-MS);
• hyphenated gas chromatography — mass spectrometry systems (GC-MS);
• hyphenated capillary electrophoresis-mass spectrometry (CE-MS);
• accessories for mass spectrometry, including software and hardware;
• IR-MS systems;
• LC-NMR-MS systems;
• other types of ionization and mass spectrometry solutions/configurations;
• nuclear magnetic resonance (NMR) spectrometers;
• electron spin resonance (ESR)/ Electron paramagnetic resonance (EPR) spectrometers;
• NIR;
• FTIR;
• atomic absorption spectroscopy (AAS);
• single crystal X-ray diffractometers;
• powder X-ray diffractometers;
• ICP-OES;
• MP-AES — Microwave Plasma — Atomic Emission Spectrometry;
• Direct Mercury Analyzers (DMA);
• Raman spectrometer;
• dynamic light scattering (Size measurement);
• advanced plate reader (multiple detection mode or monochromator);
• UV-VIS spectrophotometer;
• other types of spectroscopy instruments;
• accessories for spectroscopy.
Extensions are decided at the latest when there is a 6-month term left by the system.
All applicants who meet the qualification requirements will be admitted to the system.
Section III: Legal, economic, financial and technical information
Equity
Solvency rate.
Applicants must fulfil the following minimum requirements for economic and financial capacity cf. The Public Procurement Act section 142:
— the Applicant must show a positive equity on average for the last three (3) available financial years;
— the Applicant must show a positive solvency on average for the last three (3) available financial years. The solvency ratio is calculated as follows: (equity/total assets) x 100.
References.
It is a minimum requirement that the applicant has relevant expertise within the category it applies for demonstrated by three (3) references within the last three (3) years.
With relevant expertise within the categories, the contracting authority understands similar tasks that include deliveries to both the public and private sectors as well as single deliveries and deliveries on framework agreements. The references must include:
— description of the deliverance;
— name of the customer;
— value;
— date of delivery and/or period of framework agreement (start and end date).
Section IV: Procedure
Section VI: Complementary information
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
Fax: +45 33307799
Internet address: http://www.naevneneshus.dk
Pursuant to Danish act on The Complaints Board for Public Procurement (act No 492 of 12 May 2010 with subsequent amendments - available at www.retsinformation.dk), the following time limits for filing a complaint apply: Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. Other complaints must be filed with The Complaints Board for Public Procurement within:
1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);
2) 30 calendar days starting the day after the contracting authority has informed the candidates in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a Dynamic Purchasing System, provided that the notification includes a short account of the relevant reasons for the decision;
3) 6 months starting the day after the contracting authority has sent notification to the candidates involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision;
4) 20 calendar days starting the day after the contracting authority has published a notice concerning his decision to uphold the contract. The complainant must inform the contracting authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, cf. § 6(4) of the act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the stand-still period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1) of the said act. The e-mail of The Complaints Board for Public Procurement is stated in section VI.4.1). The Complaints Board for Public Procurement's own guidance note concerning complaints is available at the internet address stated in section VI.4.1).
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Fax: +45 41715100
Internet address: http://www.kfst.dk