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
Offentliggjort
02.05.2025
Udbudstype
Andre

Udbyder

Danmarks Tekniske Universitet - DTU

Tender for an Ultra High Performance Liquid Chromatography


Danmarks Tekniske Universitet - DTU

283890-2025 - Competition
Denmark – Chromatographs – Tender for an Ultra High Performance Liquid Chromatography
OJ S 85/2025 02/05/2025
Contract or concession notice – standard regime
Supplies
1. Buyer
1.1.
Buyer
Official name Danmarks Tekniske Universitet - DTU
Email mihaiv@dtu.dk
Legal type of the buyer Body governed by public law
Activity of the contracting authority Education
2. Procedure
2.1.
Procedure
Title Tender for an Ultra High Performance Liquid Chromatography
Description DTU requires a new Ultra High Performance Liquid Chromatography with a single quart mass spectrometor to be delivered and installed. The specification of the Ultra High Performance Liquid Chromatography is described in appendix 1.1. DTU further requires that the tenderer offers services related to the equipment e.g. training and warranty period as specified in appendix 1.1.
Procedure identifier af5cf37b-7f86-498d-8d94-46d1da2c624a
Internal identifier 9743
Type of procedure Open
The procedure is accelerated no
2.1.1.
Purpose
Main nature of the contract Supplies
Main classification   ( cpv ):  38432200   Chromatographs
2.1.2.
Place of performance
Country subdivision (NUTS) Københavns omegn   ( DK012 )
Country Denmark
Additional information The equipment shall be delivered to DTU Lyngby.
2.1.3.
Value
Estimated value excluding VAT 1 800 000,00   DKK
2.1.4.
General information
Additional information Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the tender documents, the tenderer must be registered or register as a user. If the tender contains several versions of the same document, the latest uploaded version will apply. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Reference is made to the Instruction to Tenderers for information concerning questions and answers. Tenderers are requested to keep updated via the electronic tendering system. If the tenderer encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com, or telephone (+45) 70 20 80 14. Section 134a of the Danish Public Procurement Act shall apply to this tender procedure. The tenderer must submit an ESPD with the tender as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act. It is not necessary for the tenderer to sign the ESPD document. For groups of operators (e.g., a consortium), a separate ESPD must be submitted for each participating operator. Where the tenderer is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The tenderer heading the group and submitting the tender is not required to sign its ESPD document. If the tenderer relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which the tenderer relies. Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act or pursuant to section 156. The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that tenders do not comply with the requirements of the tender documents. Attention is drawn to Article 5k in Regulation (EU) No 833/2014 as amended which applies to the tender procedure. Tenderers must sign a declaration regarding Regulation (EU) no 833/2014 as amended. It should be noted that the indicated term of the contract will commence on signature of the contract and the duration of the contract includes an obligated warranty period. The tenderers may offer an extended warranty period as part of the tender.
Legal basis
Directive 2014/24/EU
The Danish Public Procurement Act   -
2.1.6.
Grounds for exclusion
Analogous situation like bankruptcy under national law see section 137(1), para (2) of the Danish Public Procurement Act
Bankruptcy see section 137(1), para (2) of the Danish Public Procurement Act
Corruption see section 135(1), para (2) of the Danish Public Procurement Act
Arrangement with creditors see section 137(1), para (2) of the Danish Public Procurement Act
Participation in a criminal organisation see section 135(1), para (1) of the Danish Public Procurement Act
Money laundering or terrorist financing see section 135(1), para (5) of the Danish Public Procurement Act
Fraud see section 135(1), para (3) of the Danish Public Procurement Act
Child labour and other forms of trafficking in human beings see section 135(1), para (6) of the Danish Public Procurement Act
Insolvency see section 137(1), para (2) of the Danish Public Procurement Act
Assets being administered by liquidator see section 137(1), para (2) of the Danish Public Procurement Act
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure see section 136, para (3) of the Danish Public Procurement Act
Conflict of interest due to its participation in the procurement procedure see section 136, para (1) of the Danish Public Procurement Act
Direct or indirect involvement in the preparation of this procurement procedure see section 136, para (2) of the Danish Public Procurement Act
Guilty of grave professional misconduct see section 136, para (4) of the Danish Public Procurement Act
Payment of social security contributions see section 135(3) of the Danish Public Procurement Act
Business activities are suspended see section 137(1), para (2) of the Danish Public Procurement Act
Payment of taxes see section 135(3) of the Danish Public Procurement Act
Terrorist offences or offences linked to terrorist activities see section 135(1), para (4) of the Danish Public Procurement Act
5. Lot
5.1.
Lot LOT-0000
Title Tender for an Ultra High Performance Liquid Chromatography
Description DTU requires a new Ultra High Performance Liquid Chromatography with a single quart mass spectrometor to be delivered and installed. The specification of the Ultra High Performance Liquid Chromatography is described in appendix 1.1. DTU further requires that the tenderer offers services related to the equipment e.g. training and warranty period as specified in appendix 1.1.
Internal identifier 9743
5.1.1.
Purpose
Main nature of the contract Supplies
Main classification   ( cpv ):  38432200   Chromatographs
Options
Description of the options Options under the Agreement can be purchased as add-ons/activated by DTU within one year after Delivery (completed SAT). The agreement includes three separate options for extra functions/services, see appendix 1.1.
5.1.2.
Place of performance
Country subdivision (NUTS) Københavns omegn   ( DK012 )
Country Denmark
Additional information The equipment shall be delivered to DTU Lyngby.
5.1.3.
Estimated duration
Duration 2   Years
5.1.5.
Value
Estimated value excluding VAT 1 800 000,00   DKK
5.1.6.
General information
Reserved participation Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)yes
Additional information Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the tender documents, the tenderer must be registered or register as a user. If the tender contains several versions of the same document, the latest uploaded version will apply. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Reference is made to the Instruction to Tenderers for information concerning questions and answers. Tenderers are requested to keep updated via the electronic tendering system. If the tenderer encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com, or telephone (+45) 70 20 80 14. Section 134a of the Danish Public Procurement Act shall apply to this tender procedure. The tenderer must submit an ESPD with the tender as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act. It is not necessary for the tenderer to sign the ESPD document. For groups of operators (e.g., a consortium), a separate ESPD must be submitted for each participating operator. Where the tenderer is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The tenderer heading the group and submitting the tender is not required to sign its ESPD document. If the tenderer relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which the tenderer relies. Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act or pursuant to section 156. The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that tenders do not comply with the requirements of the tender documents. Attention is drawn to Article 5k in Regulation (EU) No 833/2014 as amended which applies to the tender procedure. Tenderers must sign a declaration regarding Regulation (EU) no 833/2014 as amended. It should be noted that the indicated term of the contract will commence on signature of the contract and the duration of the contract includes an obligated warranty period. The tenderers may offer an extended warranty period as part of the tender.
5.1.9.
Selection criteria
Criterion
Type Economic and financial standing
Name Net Turnover
Description For the latest audited financial year, as a minimum the Tenderer must have had a Net turnover of 300,000 EUR. The tenderer shall state the Net Turnover in the ESPD. Upon request from DTU, the tenderer must submit documentation for the Net Turnover. The documentation can be the latest audited financial report, if the Net Turnover is specified. Alternatively, a statement regarding the tenderers Net Turnover in the latest audited financial year. DTU may accept other documentation, cf. The Danish Public Procurement Act section 154(2). If the tenderer cannot comply with the requirement, the Tenderer can rely on the capacities of other entities or participates as a consortium, see Instruction to Tenderers, section 3.2.
Use of this criterion Used

Criterion
Type Suitability to pursue the professional activity
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Reference
Description As a minimum the Tenderer must provide at least 1 reference for comparable agreements. Comparable agreements mean agreements with a value of at least EUR 200,000 concerning delivery, installation and testing (Site Acceptance Test) of an Ultra High Performance Liquid Chromatography with MS or a comparable service. The agreement, to which the reference refers, must not be more than 3 years old. The date is calculated from the time of conclusion of the contract, i.e. time for completion of Site Acceptance Test. The Tenderer shall describe the reference in the ESPD. Each reference is requested to include a brief description of the deliveries made. The description of the delivery should include a clear description of the supplies of the delivery and include information as requested above. The reference is furthermore requested to include the date of completion of the contract and the name of the customer (recipient). If the Tenderer cannot comply with the requirement, the Tenderer can rely on the capacities of other entities or participate a consortium, see Instruction to Tenderers, section 3.2.
Use of this criterion Used
5.1.10.
Award criteria
Criterion
TypePrice
Name Price
Description See instructions to tenderers
Category of award weight criterionWeight (percentage, exact)
Award criterion number 20,00
Criterion
TypeQuality
Name Functionalities
Description See instructions to tenderers
Category of award weight criterionWeight (percentage, exact)
Award criterion number 30,00
Criterion
TypeQuality
Name Quality of functionalities and services
Description See instructions to tenderers
Category of award weight criterionWeight (percentage, exact)
Award criterion number 40,00
Criterion
TypeQuality
Name Environment
Description See instructions to tenderers
Category of award weight criterionWeight (percentage, exact)
Award criterion number 10,00
5.1.11.
Procurement documents
Address of the procurement documents https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=425324&B=
5.1.12.
Terms of procurement
Terms of submission
Electronic submission Required
Languages in which tenders or requests to participate may be submitted English
Electronic catalogue Not allowed
Variants Not allowed
Tenderers may submit more than one tender Not allowed
Deadline for receipt of tenders 02/06/2025   08:00:00 (UTC) Western European Time, GMT
Deadline until which the tender must remain valid 6   Months
Information about public opening
Opening date 02/06/2025   08:00:00 (UTC) Western European Time, GMT
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmes No
Conditions relating to the performance of the contract The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. The contract furthermore lays down requirements pursuant to ILO Convention no. 94 on labour clause in public contracts. If the contract is awarded to a group of operators (such as a consortium), the participants of the group must undertake joint and several liablity and appoint a joint representative.
A non-disclosure agreement is required no
Electronic invoicing Allowed
Electronic ordering will be used yes
Electronic payment will be used yes
5.1.15.
Techniques
Framework agreement No framework agreement
Information about the dynamic purchasing system No dynamic purchase system
Electronic auction no
5.1.16.
Further information, mediation and review
Review organisation Klagenævnet for Udbud
Information about review deadlines : 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.
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
TED eSender Mercell Holding ASA
8. Organisations
8.1.
ORG-0001
Official name Danmarks Tekniske Universitet - DTU
Registration number 30060946
Postal address Anker Engelunds Vej 1
Town Kgs. Lyngby
Postcode 2800
Country subdivision (NUTS) Københavns omegn   ( DK012 )
Country Denmark
Contact point Mia Iversen
Email mihaiv@dtu.dk
Telephone +45 61262786
Internet address https://www.dtu.dk
Roles of this organisation
Buyer
8.1.
ORG-0002
Official name Klagenævnet for Udbud
Registration number 37795526
Postal address Nævnenes hus, Toldboden 2
Town Viborg
Postcode 8800
Country subdivision (NUTS) Østjylland   ( DK042 )
Country Denmark
Email klfu@erst.dk
Telephone +45 35291000
Internet address http://www.klfu.dk
Roles of this organisation
Review organisation
8.1.
ORG-0003
Official name Konkurrence- og Forbrugerstyrelsen
Registration number 10294819
Postal address Carl Jacobsens Vej 35
Town Valby
Postcode 2500
Country subdivision (NUTS) Byen København   ( DK011 )
Country Denmark
Email kfst@kfst.dk
Telephone +45 41715000
Internet address http://www.kfst.dk
Roles of this organisation
Organisation providing more information on the review procedures
8.1.
ORG-0004
Official name Mercell Holding ASA
Registration number 980921565
Postal address Askekroken 11
Town Oslo
Postcode 0277
Country subdivision (NUTS) Oslo   ( NO081 )
Country Norway
Contact point eSender
Telephone +47 21018800
Fax +47 21018801
Internet address http://mercell.com/
Roles of this organisation
TED eSender
Notice information
Notice identifier/version 5892791f-45f8-44fe-8507-517006aabdd7   -   01
Form type Competition
Notice type Contract or concession notice – standard regime
Notice subtype 16
Notice dispatch date 30/04/2025   10:32:40 (UTC) Western European Time, GMT
Notice dispatch date (eSender) 30/04/2025   12:31:03 (UTC) Western European Time, GMT
Languages in which this notice is officially available English
Notice publication number 283890-2025
OJ S issue number 85/2025
Publication date 02/05/2025
Annonce Annonce
BREAKING
{{ article.headline }}
0.031|