23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 238-431982
Offentliggjort
09.12.2015
Udbudstype
Offentligt udbud

Udbyder

Danmarks Tekniske Universitet — DTU

Vindere

Draw tower to DTU Photonics

(02.02.2016)
Optogear Oy
Kuormatie 14
Nummela, Finland

Draw tower for DTU Department of photonics engineering.


Danmarks Tekniske Universitet — DTU

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1) Name, addresses and contact point(s)

Danmarks Tekniske Universitet — DTU
30060946
Anker Engelunds Vej 1
For the attention of: Maria Tødt
2800 Kongens Lyngby
DENMARK
Telephone: +45 45252525
E-mail: marbt@adm.dtu.dk

Internet address(es):

Address of the buyer profile: http://eu.eu-supply.com/ctm/Supplier/CompanyInformation/Index/165863

Electronic access to information: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=155674&B=DTU

Electronic submission of tenders and requests to participate: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=155674&B=DTU

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2) Type of the contracting authority
Body governed by public law
I.3) Main activity
Education
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Draw tower for DTU Department of photonics engineering.
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Kgs. Lyngby.

NUTS code DK

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s)
DTU Department of Photonics Engineering wishes to purchase an optical fiber draw tower to be used for the drawing of microstructured optical fibers (MOFs) with complicated structures of micron sized air holes.
In particular it should be used to draw so-called chalcogenide glass MOFs that contain Arsenic, Selenide and Sulfide elements.
The draw tower should both be able to draw up to 50 mm in diameter preforms down to mm-sized canes using a so-called cane-puller and it should be able to draw canes down to micron sized fibers and spool these on standard fiber spools.
To make several independently controlled air hole- sections in the MOF the draw tower should be able to place parts of the preform and cane under vacuum and several parts under different pressures.
As a minimum vacuum and 4 independent pressure systems should be available.
The draw tower should be 6 m high excluding preform feeder and be equipped with a single layer coating system.
II.1.6) Common procurement vocabulary (CPV)

38000000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
Estimated value excluding VAT:
Range: between 2 000 000 and 4 000 000 DKK
II.2.2) Information about options
Options: yes
Description of these options: Service — installation as described in the specification of requirements.
Provisional timetable for recourse to these options:
in months: 1 (from the award of the contract)
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Duration in months: 024 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Turnover, solvency ratio and profit ratio must be stated in Template B.
Minimum level(s) of standards possibly required: Turnover must be 10 x average contract value and solvency ratio must be above 10 %.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
References and description of staff and staff qualifications.
Minimum level(s) of standards possibly required:
5 references.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
15/35600
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
15.1.2016 - 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
Danish. English.
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 003 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Konkurrence- og Forbrugerstyrelsen / Danish Competition and Consumer Authority
Carl Jacobsens Vej 35
Valby 2500
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk/
Fax: +45 41715100

Body responsible for mediation procedures

N/A

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Complaints must be sent to the Complaints Board for Public Procurement within a certain deadline. Complaints regarding a decision on shortlisting in a restricted procedure must be received in the Board within 20 days, after the contracting authority's notification of the outcome of the shortlisting. Other complaints must be received in the Board within 45 days from the day after publication of the contracting authority's notice in (TED) about entering into a contract. If the subject for the tender is a framework contract, the deadline is 6 months from the contracting authority's notice to the tenderers about the tenderer which the contracting authority intends to enter into contract with. Complaints regarding the national regulations for tender procedures (Tilbudsloven) must be received at the Board within 45 days after the contracting authority have notified the Tenderers about the tenderer which the contracting authority intends to enter into contract with. If the complaint is regarding a framework agreement the deadline is 6 months after the contracting authority has notified the Tenderers about the Tenderer which the contracting authority intends to enter into contract with.
VI.4.3) Service from which information about the lodging of appeals may be obtained

Klagenævnet for udbud
Dahlerups Pakhus — Langelinie Allé 17
2100 København Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: http://www.klfu.dk

VI.5) Date of dispatch of this notice:
4.12.2015

Send til en kollega

0.048