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
2022/S 249-726825
Offentliggjort
27.12.2022
Udbudstype
Tildeling af kontrakt uden forudgående offentliggørelse

Udbyder

Aarhus Universitet

Vindere

(27.12.2022)
Thorlabs Sweden AB
Mölndal

Optical Coherence Tomography (OCT) system


Aarhus Universitet

Voluntary ex ante transparency notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority/entity

I.1) Name and addresses
Official name: Aarhus Universitet
National registration number: 31119103
Postal address: Nordre Ringgade 1
Town: Aarhus C
NUTS code: DK042 Østjylland
Postal code: 8000
Country: Denmark
Contact person: Ann Sophie Steffensen
E-mail: asst@au.dk
Telephone: +45 23382421
Internet address(es):
Main address: https://www.au.dk/
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:

Optical Coherence Tomography (OCT) system

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:

Department of Clinical Medicine, Aarhus University want to purchase an optical coherence tomography (OCT) system that in addition to structural imaging also enables Doppler OCT imaging and OCT angiography. The system will allow us to visualize tissue microstructure, microvasculature, and perform blood flow quantification.

II.1.6) Information about lots
This contract is divided into lots: no
II.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: 112 972.00 EUR
II.2) Description
II.2.3) Place of performance
NUTS code: DK042 Østjylland
II.2.4) Description of the procurement:

The full list of requirements that the OCT system needs to fulfill:

• Center wavelength: 1300 nm

• Measurement speed: max. 146 kHz

• Axial resolution: 5.5 µm in air (4.2 µm in water)

• Easy to integrate objectives with other scan range or working distance.

• Several scan lens kits available that enable an optimum choice of field-of-view and lateral resolution for the specific application

o Lateral resolution and field-of-view:

 7 μm and 6 mm x 6 mm

 13 μm and 10 mm x 10 mm

 20 μm and 16 mm x 16 mm

• Measurement depth: 3.5 mm (2.6 mm in water)

• Adjustable A-Scan rate (four different speeds) for high sensitivity or high-speed acquisition.

• Max. sensitivity: 109 dB @ 10 kHz

• Sensitivity @ 146 kHz: 91 dB

• Availability of different probes using the same interface connector:

o Galvo mirror-based probe for fast scanning

o MEMS mirror technology for compact handheld scanner

• Adjustable stand for probe head

• Integrated video camera & integrated ring light to choose and document the position of the OCT scan

• Doppler imaging mode included

• Angiography imaging mode included (speckle variance mode)

• Included Software Development Kit with function libraries in LabVIEW and C

• Software based dispersion compensation.

• Reference arm integrated in probe head (common path) to prevent influence of polarization by moving fiber.

• External trigger to synchronize the OCT measurement with the application

• Access to raw OCT signals for additional signal processing

• Well-defined AUX port interface for adaptation of customer designed probe head.

• Available open platform probe for optical modification and integration of additional optical paths

II.2.5) Award criteria
Price
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 IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below
  • The procurement falls outside the scope of application of the directive
Explanation:

The combination of requirements described above are fulfilled exclusively by one supplier. The possibility that there are other potential suppliers who could deliver the same has been objectively excluded by market consultations.

IV.1.3) Information about framework agreement
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information

Section V: Award of contract/concession

V.2) Award of contract/concession
V.2.1) Date of contract award decision:
22/12/2022
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor/concessionaire
Official name: Thorlabs Sweden AB
Town: Mölndal
NUTS code: SE Sverige
Country: Sweden
The contractor/concessionaire will be an SME: no
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: 112 972.00 EUR
V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for udbud
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405708
Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Please contact Aarhus University, if you have a comment about this notice - udbud@au.dk

Following the notification, a standstill period of 10 calendar days will be held in accordance to paragraph 3 of Act No. 593 of 2 June 2016 on the Danish Act on the Complaints Board for public Procurement. This implies that the Contracting Authority cannot sign the Contract with the winning Tenderer before the standstill period has expired.

In case of complaints about tenders or decisions, e.g. award of contracts covered by Section II or III in the Danish Public Procurement Act must be submitted to the Complaints Board for Public Procurement (Klagenævnet for Udbud) within 45 calendar days from the day after the contractor published a notice in the Official Journal on the conclusion of a contract. At the latest concurrently with submission of an appeal to the Complaints Board for Public Procurement, the complainant must inform the Contracting Authority of the alleged infringement, and whether the appeal is to be referred to the board.

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: www.kfst.dk
VI.5) Date of dispatch of this notice:
22/12/2022
Annonce Annonce
BREAKING
{{ article.headline }}
0.043|