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
04.07.2025
Udbudstype
Andre

Udbyder

Aarhus Universitet

The Purchase and delivery of feed, bedding and enrichment


Aarhus Universitet

436681-2025 - Competition
Denmark – Laboratory, optical and precision equipments (excl. glasses) – The Purchase and delivery of feed, bedding and enrichment
OJ S 126/2025 04/07/2025
Contract or concession notice – standard regime
Supplies
1. Buyer
1.1.
Buyer
Official name Aarhus Universitet
Email susski@au.dk
Legal type of the buyer Body governed by public law
Activity of the contracting authority Education
2. Procedure
2.1.
Procedure
Title The Purchase and delivery of feed, bedding and enrichment
Description This tender concerns the procurement of feed, bedding, and enrichment products for laboratory animals used in research, specifically rodents (rats and mice) and minipigs. The selected tenderer must comply with relevant animal welfare standards and ensure reliable delivery of high-quality products that support ethical and effective research practices.
Procedure identifier cab0a62b-6533-4cab-8ee5-3a5a253d5c6b
Internal identifier 2024 0731584
Type of procedure Open
The procedure is accelerated no
2.1.1.
Purpose
Main nature of the contract Supplies
Main classification   ( cpv ):  38000000   Laboratory, optical and precision equipments (excl. glasses)
2.1.2.
Place of performance
Country Denmark
Anywhere in the given country
Additional information Predominately to be delivered at AU addresses in Aarhus, but other AU laboratories in for example Viborg or Slagelse can also purchase products on this agreement
2.1.4.
General information
Legal basis
Directive 2014/24/EU
2.1.5.
Terms of procurement
Terms of submission
The tenderer must submit tenders for all lots
2.1.6.
Grounds for exclusion
Analogous situation like bankruptcy under national law Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Corruption Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator.
Participation in a criminal organisation Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Agreements with other economic operators aimed at distorting competition Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
Breaching of obligations in the fields of environmental law Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Money laundering or terrorist financing Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Insolvency Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Breaching of obligations in the fields of labour law Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure Can the economic operator confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Early termination, damages or other comparable sanctions Has the economic operator experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract?
Breaching of obligations in the fields of social law Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Payment of social security contributions Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Payment of taxes Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
5. Lot
5.1.
Lot LOT-0001
Title Feed
Description The purchase and delivery of feed for laboratory animals (mice, rats and minipigs)
Internal identifier Lot 1
5.1.1.
Purpose
Main nature of the contract Supplies
Main classification   ( cpv ):  38000000   Laboratory, optical and precision equipments (excl. glasses)
5.1.2.
Place of performance
Country Denmark
Anywhere in the given country
5.1.3.
Estimated duration
Duration 4   Years
5.1.4.
Renewal
Maximum renewals 0
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
5.1.9.
Selection criteria
Criterion
Type Economic and financial standing
Use of this criterion Not used

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

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

Criterion
Type Technical and professional ability
Name For supply contracts: performance of deliveries of the specified type
Description For public supply contracts only: During the reference period, the economic operator has delivered the following principal deliveries of the type specified. Contracting authorities may require up to three years and allow experience dating from more than three years.
Use of this criterion Used
5.1.10.
Award criteria
Criterion
TypePrice
Name Total price
Description The Contracting Authority will identify the most economically advantageous tender on the basis of the "best ratio between price and quality"
Category of award weight criterionWeight (percentage, exact)
Award criterion number 60,00
Criterion
TypeQuality
Name Quality
Description In the evaluation of qualitative sub-criterion, the Contracting Authority will place emphasis on the part-criteria Quality, Support and delivery and supply reliability.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 40,00
5.1.11.
Procurement documents
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 Required
Deadline for receipt of tenders 29/08/2025   10:00:00 (UTC) Western European Time, GMT
Deadline until which the tender must remain valid 6   Months
Information about public opening
Opening date 29/08/2025   10:00:00 (UTC) Western European Time, GMT
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmes No
Electronic invoicing Required
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
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
TED eSender Mercell Holding ASA
5.1.
Lot LOT-0002
Title Bedding
Description The purchase and delivery of bedding for laboratory animals (mice and rats)
Internal identifier Lot 2
5.1.1.
Purpose
Main nature of the contract Supplies
Main classification   ( cpv ):  38000000   Laboratory, optical and precision equipments (excl. glasses)
5.1.2.
Place of performance
Country Denmark
Anywhere in the given country
5.1.3.
Estimated duration
Duration 4   Years
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
5.1.9.
Selection criteria
Criterion
Type Economic and financial standing
Use of this criterion Not used

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

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

Criterion
Type Technical and professional ability
Name For supply contracts: performance of deliveries of the specified type
Description For public supply contracts only: During the reference period, the economic operator has delivered the following principal deliveries of the type specified. Contracting authorities may require up to three years and allow experience dating from more than three years.
Use of this criterion Used
5.1.10.
Award criteria
Criterion
TypePrice
Name Total price
Description The Contracting Authority will identify the most economically advantageous tender on the basis of the "best ratio between price and quality"
Category of award weight criterionWeight (percentage, exact)
Award criterion number 60,00
Criterion
TypeQuality
Name Quality
Description In the evaluation of qualitative sub-criterion, the Contracting Authority will place emphasis on the part-criteria Quality, Support and delivery and supply reliability.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 40,00
5.1.11.
Procurement documents
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 Required
Deadline for receipt of tenders 29/08/2025   10:00:00 (UTC) Western European Time, GMT
Deadline until which the tender must remain valid 6   Months
Information about public opening
Opening date 29/08/2025   10:00:00 (UTC) Western European Time, GMT
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmes No
Electronic invoicing Required
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
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
TED eSender Mercell Holding ASA
5.1.
Lot LOT-0003
Title Enrichment
Description The purchase and delivery of enrichment for laboratory animals (mice and rats)
Internal identifier 2024-0731584
5.1.1.
Purpose
Main nature of the contract Supplies
Main classification   ( cpv ):  38000000   Laboratory, optical and precision equipments (excl. glasses)
5.1.2.
Place of performance
Country Denmark
Anywhere in the given country
5.1.3.
Estimated duration
Duration 4   Years
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
5.1.9.
Selection criteria
Criterion
Type Economic and financial standing
Use of this criterion Not used

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

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

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

Criterion
Type Technical and professional ability
Name For supply contracts: performance of deliveries of the specified type
Description For public supply contracts only: During the reference period, the economic operator has delivered the following principal deliveries of the type specified. Contracting authorities may require up to three years and allow experience dating from more than three years.
Use of this criterion Used
5.1.10.
Award criteria
Criterion
TypePrice
Name Total price
Description The Contracting Authority will identify the most economically advantageous tender on the basis of the "best ratio between price and quality"
Category of award weight criterionWeight (percentage, exact)
Award criterion number 60,00
Criterion
TypeQuality
Name Quality
Description In the evaluation of qualitative sub-criterion, the Contracting Authority will place emphasis on the part-criteria Quality, Support and delivery and supply reliability.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 40,00
5.1.11.
Procurement documents
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 Required
Deadline for receipt of tenders 29/08/2025   10:00:00 (UTC) Western European Time, GMT
Deadline until which the tender must remain valid 6   Months
Information about public opening
Opening date 29/08/2025   10:00:00 (UTC) Western European Time, GMT
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmes No
Electronic invoicing Required
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
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
TED eSender Mercell Holding ASA
8. Organisations
8.1.
ORG-0001
Official name Aarhus Universitet
Registration number 31119103
Postal address Nordre Ringgade 1
Town Aarhus C
Postcode 8000
Country subdivision (NUTS) Østjylland  ( DK042 )
Country Denmark
Contact point susanne louise skifter
Email susski@au.dk
Telephone 93521509
Internet address https://www.au.dk/
Roles of this organisation
Buyer
8.1.
ORG-0002
Official name Klagenævnet for udbud
Registration number 37795526
Postal address Toldboden 2
Town Viborg
Postcode 8800
Country subdivision (NUTS) Vestjylland  ( DK041 )
Country Denmark
Contact point Klagenævnet for udbud
Telephone +45 72405708
Information exchange endpoint (URL) https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
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
Contact point Konkurrence- og Forbrugerstyrelsen
Email kfst@kfst.dk
Telephone +45 41715000
Information exchange endpoint (URL) https://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 609b78dd-da35-4187-bf97-86cbe80ef654   -   01
Form type Competition
Notice type Contract or concession notice – standard regime
Notice subtype 16
Notice dispatch date 03/07/2025   12:07:26 (UTC) Western European Time, GMT
Notice dispatch date (eSender) 03/07/2025   12:37:23 (UTC) Western European Time, GMT
Languages in which this notice is officially available English
Notice publication number 436681-2025
OJ S issue number 126/2025
Publication date 04/07/2025
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|