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 175-548674
Offentliggjort
12.09.2023
Udbudstype
Udbud efter forhandling

Udbyder

Danmarks Tekniske Universitet - DTU

Optical Components


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: Marianne Andersen
E-mail: marsoa@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=378913&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=378913&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:

Optical Components

II.1.2) Main CPV code
38600000 Optical instruments
II.1.3) Type of contract
Supplies
II.1.4) Short description:

optical components, opto-mechanics, motion control, free space optics, fiber optics, light sources, light measurement, imaging systems, active optics, optical tables, and laboratory supplies

II.1.5) Estimated total value
Value excluding VAT: 3 200 000.00 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)
38636000 Specialist optical instruments
II.2.3) Place of performance
NUTS code: DK01 Hovedstaden
II.2.4) Description of the procurement:

Free space optics: Lenses, Objectives, Beam splitters, Mirrors, Prisms, Optical Filters, Optical Isolators (Faraday), Polarization optics, Beam shaping, Optical windows and Diffraction gratings. Fiber optics: Fibre processing and Inspection, Optical Fibres and patch cables, Fibre Optomechanics, Fibre Components, Test & Measurement. Lab supplies: General tools like ball drivers, screw drivers and Spanner Wrenches, Precision Measuring Tools, Adhesives, Conductive & Adhesives, Vacuum Grease and Epoxy, Lab Mats, Fibre Stripping Tools. Optomechanics: Optical Post Assemblies, Lens Tubes, Adapters, Mounts for optical components, Cage Systems, Mounting/Angle Brackets, Optical Rails, Irises & AperturesOptical Enclosures, Vacuum Components, Instrument Shelves, Optomechanics Kits, Lab Platforms, Optical Choppers, Galvo Mirror Systems, Motorized Filter Wheels, Optical Beams Shutters. Light analysis: Power & Energy Meters, Light Detectors, Beam Characterization, Polarization Instruments, Electrical Accessories. Light sources: Lasers, Light Emitting Diodes (LEDs), Superluminescent Diodes (SLDs), Discharge Lamps, Tungsten Halogen Lamps, Stabilized Light Sources, Liquid Light Guides. Active optical devices: EO modulator for both fibre and free space applications, Fast laser power modulators, High Speed transmitters and receivers, Gain Chips, Optical Amplifiers, THz antennas, Phase stabilization units, Spatial Light Modulators (SLM), Tuneable Bandpass filters, Liquid Crystal Devices, MEMS Grating Modulators, MEMS Deformable Mirrors, Pockels Cells. Imaging systems: CCD cameras, CMOS and sCMOS cameras, DIY microscopes, illumination sources for said microscopes, optical coherence tomography (OCT) Optical Tables: Optical breadboards, Optical tables, vibration isolating legs for said tables, enclosures for breadboards and tables, laser protection curtains.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 4 000 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

2x12 mdr.

II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 3
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

The Tenderer can only participate in the tender procedure if the Tenderer is qualified to meet DTU’s minimum requirements to Tenderer’s economic and financial standing specified below.

III.1.2) Economic and financial standing
List and brief description of selection criteria:

The Tenderer can only participate in the tender procedure if the Tenderer is qualified to meet DTU’s minimum requirements to Tenderer’s economic and financial standing specified below.

Minimum level(s) of standards possibly required:

For the last 3 audited financial years, as a minimum the Tenderer must for on average per year have had a:

Net turnover of EUR 1 mio. (Total company net turnover)

If the Tenderer cannot comply with the requirements, the Tenderer can rely on the capacities of other entities or establish a consortium.

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.5) Information about negotiation
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: 12/10/2023
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

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: yes
VI.3) Additional information:

DTU's annual expected turnover in this area amounts to an average of EUR 800.000 but does not commit beyond its actual needs. The expected turnover on the Agreement has been calculated based on previous consumption and expected consumption with the assumptions known at the time of the offering.

The maximum value of the framework agreement for 4 years is determined at EUR 4.000,000.

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 prequalification:

Complaint regarding prequalification must be submitted no later than 20 calendar days after notification has been sent to the concerned Candidates informing them who has been selected, if the notification includes the grounds for the decision, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, Section 1.

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.

Complaint regarding award of a contract under a framework agreement with a reopening of the competition (mini-tender):

Complaint regarding the award of a contract under a framework agreement with a reopening of the competition must be submitted no later than 30 calendar days from the date after the Contracting Authority has notified the concerned Tenderers that a contract based on a framework agreement with a reopening of the competition has been awarded/concluded, if the notification includes the grounds for the decision, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, Section 2, no. 2.

Complaint regarding the award of a framework agreement:

Complaint regarding the award of a contract must be submitted no later than 6 months from the date after the Contracting Authority has notified the concerned Candidates and Tenderers that a framework agreement has been concluded, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, Section 2, no. 3.

Complaint regarding direct award of contract:

Complaint that the Contracting Authority, contrary to the Public Procurement Act, has concluded a contract without prior publication of a contract notice in the European Union Official Journal must be submitted no later than 30 calendar days from the date after a contract award notice has been published by the Contracting Authority in the European Union Official Journal and that contract award notice includes the grounds for the decision to award the contract directly, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, section 3.

Compliant regarding public procurements below the EU threshold:

Complaint regarding violation of public procurements below the EU threshold must be submitted no later than 45 calendar days from the date after the Contracting Authority has notified the Tenderers about the award of contract, if this notification includes the grounds for the decision; and no later than 6 months from the date after the Contracting Authority has notified the concerned Candidates and Tenderers that a framework agreement has been concluded, if the notification includes the grounds for the decision, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, section 4, no. 1 and 2. Compliant regarding prequalification on procurement below the EU threshold must be submitted no later than 20 calendar days from the date after the Contracting Authority has sent a notification to the concerned Candidates who has been selected and this notification includes the grounds for the decision, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders)) § 7, Section 5.

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:
07/09/2023
Annonce Annonce
BREAKING
{{ article.headline }}
0.048|