23948sdkhjf

Fakta om udbudet

EU-nr
2021/S 063-159322
Offentliggjort
31.03.2021
Udbudstype
Begrænset udbud

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

Rettelse
(02.04.2021)

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.

Rettelse
(21.05.2021)

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

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Syddansk Universitet
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/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/152870203.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/152870203.aspx
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:

Dynamic Purchasing System Regarding the Purchase of Research and Laboratory Equipment

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 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

II.1.5) Estimated total value
II.1.6) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title:

1) Autoclaves

Lot No: 1
II.2.2) Additional CPV code(s)
33000000 Medical equipments, pharmaceuticals and personal care products
33191000 Sterilisation, disinfection and hygiene devices
33191100 Steriliser
33191110 Autoclaves
II.2.3) Place of performance
NUTS code: DK03 Syddanmark
II.2.4) Description of the procurement:

For example but not limited to:

• manual autoclaves;

• automatic autoclaves;

• dry/wet autoclaving;

• other autoclaves;

• accessories for autoclaves.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50-80 %
Price - Weighting: 20-50 %
II.2.6) Estimated value
Value excluding VAT: 4 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: yes
Description of renewals:

Extensions are decided at the latest when there is a 6-month term left by the system.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:

All applicants who meet the qualification requirements will be admitted to the system.

II.2.10) Information about variants
Variants will be accepted: no
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
II.2) Description
II.2.1) Title:

2) Cooling and Freezing Storage Solutions

Lot No: 2
II.2.2) Additional CPV code(s)
39711120 Freezers
39711121 Chest-type freezers
39711123 Upright-type freezers
42513100 Freezing equipment
II.2.3) Place of performance
NUTS code: DK03 Syddanmark
II.2.4) Description of the procurement:

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.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50-80 %
Price - Weighting: 20-50 %
II.2.6) Estimated value
Value excluding VAT: 6 500 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: yes
Description of renewals:

Extensions are decided at the latest when there is a 6-month term left by the system.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:

All Applicants who meet the qualification requirements will be admitted to the system.

II.2.10) Information about variants
Variants will be accepted: no
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
II.2) Description
II.2.1) Title:

3) Electrical Measuring and Testing Equipment

Lot No: 3
II.2.2) Additional CPV code(s)
38300000 Measuring instruments
38341100 Electron-beam recorders
38341300 Instruments for measuring electrical quantities
38342000 Oscilloscopes
38433300 Spectrum analyser
38434200 Sound-measuring equipment
II.2.3) Place of performance
NUTS code: DK03 Syddanmark
II.2.4) Description of the procurement:

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.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50-80 %
Price - Weighting: 20-50 %
II.2.6) Estimated value
Value excluding VAT: 5 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: yes
Description of renewals:

Extensions are decided at the latest when there is a 6-month term left by the system.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:

All Applicants who meet the qualification requirements will be admitted to the system.

II.2.10) Information about variants
Variants will be accepted: no
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
II.2) Description
II.2.1) Title:

4) Environmental Control Equipment

Lot No: 4
II.2.2) Additional CPV code(s)
38500000 Checking and testing apparatus
38540000 Machines and apparatus for testing and measuring
II.2.3) Place of performance
NUTS code: DK03 Syddanmark
II.2.4) Description of the procurement:

For example but not limited to:

• glove boxes;

• anaerobic chambers;

• LAF benches;

• other types of environmental control equipment;

• accessories for environmental control equipment.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50-80 %
Price - Weighting: 20-50 %
II.2.6) Estimated value
Value excluding VAT: 6 500 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: yes
Description of renewals:

Extensions are decided at the latest when there is a 6-month term left by the system.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:

All applicants who meet the qualification requirements will be admitted to the system.

II.2.10) Information about variants
Variants will be accepted: no
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
II.2) Description
II.2.1) Title:

5) Incubators

Lot No: 5
II.2.2) Additional CPV code(s)
38436300 Incubating shakers
38500000 Checking and testing apparatus
38540000 Machines and apparatus for testing and measuring
II.2.3) Place of performance
NUTS code: DK03 Syddanmark
II.2.4) Description of the procurement:

For example but not limited to:

• CO2 incubators;

• N2 incubators;

• general purpose;

• refrigerated;

• hybridisation;

• shaking;

• climate chambers;

• other types of incubators;

• accessories for incubators.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50-80 %
Price - Weighting: 20-50 %
II.2.6) Estimated value
Value excluding VAT: 5 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: yes
Description of renewals:

Extensions are decided at the latest when there is a 6-month term left by the system.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:

All applicants who meet the qualification requirements will be admitted to the system.

II.2.10) Information about variants
Variants will be accepted: no
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
II.2) Description
II.2.1) Title:

6) Microscopes

Lot No: 6
II.2.2) Additional CPV code(s)
38500000 Checking and testing apparatus
38510000 Microscopes
38515000 Fluorescent and polarising microscopes
38516000 Monocular and/or binocular light compound microscopes
38518000 Wide field, stereo or dissecting light microscopes
38519000 Miscellaneous compounds for microscopes
38519100 Illuminators for microscopes
38519200 Microscope objectives
38519300 Photo or video attachments for microscopes
II.2.3) Place of performance
NUTS code: DK03 Syddanmark
II.2.4) Description of the procurement:

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.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50-80 %
Price - Weighting: 20-50 %
II.2.6) Estimated value
Value excluding VAT: 10 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: yes
Description of renewals:

Extensions are decided at the latest when there is a 6-month term left by the system.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:

All applicants who meet the qualification requirements will be admitted to the system.

II.2.10) Information about variants
Variants will be accepted: no
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
II.2) Description
II.2.1) Title:

7) Physical and Chemical Analysis Equipment

Lot No: 7
II.2.2) Additional CPV code(s)
38430000 Detection and analysis apparatus
38432200 Chromatographs
38432210 Gas chromatographs
38433000 Spectrometers
38433100 Mass spectrometer
II.2.3) Place of performance
NUTS code: DK03 Syddanmark
II.2.4) Description of the procurement:

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.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50-80 %
Price - Weighting: 20-50 %
II.2.6) Estimated value
Value excluding VAT: 25 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: yes
Description of renewals:

Extensions are decided at the latest when there is a 6-month term left by the system.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:

All applicants who meet the qualification requirements will be admitted to the system.

II.2.10) Information about variants
Variants will be accepted: no
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 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:

Equity

Solvency rate.

Minimum level(s) of standards possibly required:

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.

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

References.

Minimum level(s) of standards possibly required:

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

IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of 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: 03/05/2021
Local time: 12:00
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

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Official name: Nævnenes Hus
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
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

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).

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
Fax: +45 41715100
Internet address: http://www.kfst.dk
VI.5) Date of dispatch of this notice:
26/03/2021

Send til en kollega

0.078