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
2023/S 053-157960
Offentliggjort
17.03.2023
Udbudstype
Offentligt udbud

Udbyder

Danmarks Tekniske Universitet - DTU

Vindere

Procurement of LC-GC-FID MOSH/MOAH Analyzer

(22.06.2023)
Axel Semrau GmbH
Stefansbecke 42
45549 Sprockhövel

Procurement of LC-GC-FID MOSH/MOAH Analyzer


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: Kgs. Lyngby
NUTS code: DK01 Hovedstaden
Postal code: 2800
Country: Denmark
Contact person: David Fajnzylber
E-mail: dafaj@dtu.dk
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=355887&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=355887&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:

Procurement of LC-GC-FID MOSH/MOAH Analyzer

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:

DTU intends to set up a contract for the supply, installation, training and maintenance of an Online High Performance Liquid Chromatograph coupled to Gas Chromatograph with Flame Ionisation De-tection (LC-GC-FID) for the EURL-Processing Contaminants, hosted at National Food Institute.

II.1.5) Estimated total value
Value excluding VAT: 350 000.00 EUR
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)
II.2.3) Place of performance
NUTS code: DK01 Hovedstaden
II.2.4) Description of the procurement:

DTU intends to set up a contract for the supply, installation, training and maintenance of an Online High Performance Liquid Chromatograph coupled to Gas Chromatograph with Flame Ionisation De-tection (LC-GC-FID) for the EURL-Processing Contaminants, hosted at National Food Institute.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 67
Price - Weighting: 33
II.2.6) Estimated value
Value excluding VAT: 350 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Option 1: Usage of existing equipment Agilent 1260 quaternary pump in new LC-GC-FID system. (Agilent 1260 quaternary pump G1311B from 2012). The contractor shall provide information of time period before installation of LC-GC-FID system that DTU has to give access to existing equipment and price reduction compared to fully new LC-GC-FID purchase.

Option 2: Usage of existing equipment Agilent 8990 GC with FID in new LC-GC-FID system. (Agilent 8990 G3540A from dec-2021 with one FID, one Split/splitless injector and one PTV injector). The contractor shall provide information of time period before installation of LC-GC-FID system that DTU has to give access to existing equipment and price reduction compared to fully new LC-GC-FID purchase.

Option 3 (minimum option): Preventive maintenance after installation. On each occasion of preventive maintenance (once a year), operation qualification tests must be made, all software updates required (beyond the 2-year gaurantee period), and a report provided.

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

The Tenderer can only participate in the tender procedure if the Tenderer is qualified to meet the terms of the Agreement. The Tenderer must therefore comply with DTU’s minimum requirements to Tender-er’s technical and professional capabilities specified below.

Minimum level(s) of standards possibly required:

As a minimum the Tenderer must provide 3 references for comparable agreements.

Comparable agreements mean agreements with a value of at least EUR 100.000 concerning the acquisition of a LC-GC-FID MOSH/MOAH Analyzer or equivalent. The agreement, to which the reference refers, must also reflect that the Supplier has minimum 5 years of active involvement in manufacturing or implementation of MOSH/MOAH analyzers. This is to ensure competent response and solutions to encountered failure of the instrumentation or the specific operation for analysis of MOSH/MOAH in food. The date is calculated from the last signature on the agreement referred to.

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or 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: 19/04/2023
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
IV.2.7) Conditions for opening of tenders
Date: 19/04/2023
Local time: 12:00

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: 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 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:
10/03/2023
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|