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
2016/S 105-186915
Offentliggjort
02.06.2016
Udbudstype
Offentligt udbud

Udbyder

Danmarks Tekniske Universitet — DTU

Vindere

Contract Regarding XrayPhotoelectronSpectrometer XPS 2016

(02.09.2016)
Oleinitec Nordic AB
Kista
164 40 Stockholm

XPS, X-ray Photo-electron Spectrometer


Danmarks Tekniske Universitet — DTU

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danmarks Tekniske Universitet — DTU
30060946
Anker Engelunds Vej 1
Kongens Lyngby
2800
DENMARK
Contact person: Lars Peder Hornhaver
Telephone: +45 93511669
E-mail: larho@adm.dtu.dk
NUTS code: DK012

Internet address(es):

Main address: www.dtu.dk

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

I.2) Joint procurement
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=165991&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=165991&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:

 

XPS, X-ray Photo-electron Spectrometer.

 

II.1.2) Main CPV code
73000000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

 

The X-Ray Photo-electron Spectroscopy (XPS) system will be used for high-resolution chemical imaging, non-damaging depth profiling, sub-monolayer analysis and band gap measurements on energy conversion devices and model systems.

Further description is contained in Instructions to Tender.

 

II.1.5) Estimated total value
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
73100000
II.2.3) Place of performance
NUTS code: DK02
Main site or place of performance:

 

DTU Risø, Roskilde.

 

II.2.4) Description of the procurement:

 

The X-Ray Photo-electron Spectroscopy (XPS) system will be used for high-resolution chemical imaging, non-damaging depth profiling, sub-monolayer analysis and band gap measurements on energy conversion devices and model systems.

Further description is contained in Instructions to Tender.

 

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: 4 400 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 6
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: no
II.2.12) Information about electronic catalogues
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

 

The X-Ray Photo-electron Spectroscopy (XPS) system will be used for high-resolution chemical imaging, non-damaging depth profiling, sub-monolayer analysis and band gap measurements on energy conversion devices and model systems.

Further description is contained in Instructions to Tender.

 

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:

 

Must be registered in the relevant company register.

 

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

 

It is described below which points of the ESPD part IV B must be completed by the Tenderer. Points not mentioned below should not be completed by the Tenderer.

Please note that these points are to be completed in the ESPD XML file for upload.

— Point 1a ‘yearly turnover’ must be completed by the Tenderer with information about the yearly turnover for the last 3 finished financial years;

— Point 3 must be completed by the Tenderer if applicable;

— Point 4 ‘financial ration’ must be completed by the Tenderer with solvency ratio calculated as (Total equity/Total liabilities) x 100 and profit ratio calculated as (Operating profit/Revenue) x 100.

 

Minimum level(s) of standards possibly required:

 

Minimum level for profit ratio is 2 x estimated contract value.

Minimum level for solvency ratio of no less than 10 %.

 

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

 

It is described below which points of the ESPD part IV C must be completed by the Tenderer. Points not mentioned below should not be completed by the Tenderer.

Please note that these points are to be completed in the ESPD XML file for upload.

— Point 1b must be completed by the Tenderer with information about the most important and similar references in the last 5 years.

 

Minimum level(s) of standards possibly required:

 

Minimum level is 3 references.

 

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

 

Please see the contract as part of the tender documents.

 

III.2.3) Information about staff responsible for the performance of the contract

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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6) Information about electronic auction
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.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 30/06/2016
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:
Danish, English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 30/11/2016
IV.2.7) Conditions for opening of tenders
Date: 30/06/2016
Local time: 12:00
Place:

 

DTU, 2800 Lyngby.

 

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

 

Please note that the ESPD must be completed via the eESPD on the following link: https://ec.europa.eu/growth/tools-databases/espd/welcome

 

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for udbud
Dahlerups Pakhus, Langelinie Allé 17
Copenhagen
2100
DENMARK
Telephone: +45 35291095
E-mail: klfu@erst.dk

Internet address:https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
Voldgiftsinstituttet
Kronprinsessegade 28, 3 sal
Copenhagen
1306
DENMARK
Telephone: +45 70265013
E-mail: office@voldgiftsinstituttet.dk

Internet address:http://voldgiftsinstituttet.dk/

VI.4.3) Review procedure
VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35, Valby
Copenhagen
2500
DENMARK
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address:http://www.kfst.dk/

VI.5) Date of dispatch of this notice:
30/05/2016
Annonce Annonce
BREAKING
{{ article.headline }}
0.032|