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
2017/S 132-270078
Offentliggjort
13.07.2017
Udbudstype
Udbud med forhandling uden forudgående offentliggørelse

Udbyder

Danmarks Tekniske Universitet (Technical University of Denmark)

Vindere

(13.07.2017)
Instron
Coronation Road, High Wycombe
HP12 3SY Bucks

500 kN Materials Test Machine


Danmarks Tekniske Universitet (Technical University of Denmark)

Voluntary ex ante transparency notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority/entity

I.1) Name and addresses
Danmarks Tekniske Universitet (Technical University of Denmark)
Lyngby
2800
Denmark
Contact person: Louise Cecilie Overgaard
E-mail: lou@adm.dtu.dk
NUTS code: DK01

Internet address(es):

Main address: www.dtu.dk

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:

500 kN Materials Test Machine.

II.1.2) Main CPV code
38000000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

A test machine intended for materials testing (static and fatigue) on coupon specimens (mainly polymer composite materials) and testing of sub-components.

II.1.6) Information about lots
This contract is divided into lots: no
II.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: 191 587.00 GBP
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
II.2.3) Place of performance
NUTS code: DK01
II.2.4) Description of the procurement:

The test machine is intended for materials testing (static and fatigue) on coupon specimens (mainly polymer composite materials) and testing of sub-components. The machine has following specifications: — 500 kN Hydrostatic Bearing Actuator — 500 kN Hydraulic Wedge Action Grips — 500 kN Load Cell — 118 lpm Water Cooled Hydraulic Power Unit — Wavematrix Software/Test PC (Includes Console Software) Services are included in the contract.

II.2.5) Award criteria
Price
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 IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Negotiated procedure without prior publication
  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons
Explanation:

By purchasing from the original supplier, we maintain full compatibility between the machines and can use all equipment on all machines and ensure that the collected data is in the same format from all machines. This enables us to make data analysis efficiently and safely each time. A change of supplier would induce incompatibility between the current machines and the new one, and create disproportionate technical difficulties in operation and maintenance. The current machines have identical console and control programs. The operation of the machines is thus the same on all our machines. This minimizes the risk of operating errors. If we got a machine from another supplier, we would need to master and continuously keep two different sets of software updated. Approx. 10 re-search engineers and development engineers would need to attend a course and learn the new operating system to know it in detail. Knowing two steering programs in detail is extremely difficult, in particular for troubleshooting. This difference in the technical nature of two operating systems is a technical incompatibility that gives disproportionate technical difficulties. We often use our own special Lab-View programs to run the test ma-chines and other equipment (such as triggering a camera to take photos at certain times during cyclic load) in a manner that the machine's default driver software is not able to. The programs are tailor-made just to communicate with the operating system on equipment from the original supplier. If we were to get equipment from a new supplier, new versions of these drivers would need to be made, adapted to the new machine. Henceforth, we would need to make two versions of new control pro-grams. This technical difference is technically incompatible and gives rise to disproportionate technical difficulties. It will be very time-consuming and not be very cost-effective to make double versions of our own drivers.

IV.1.3) Information about framework agreement
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

Section V: Award of contract/concession

V.2) Award of contract/concession
V.2.1) Date of contract award decision:
05/07/2017
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor/concessionaire
Instron
Coronation Road, High Wycombe
Bucks
HP12 3SY
United Kingdom
NUTS code: UK
The contractor/concessionaire will be an SME: no
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: 191 587.00 GBP
V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud / The Complaints Board for Public Procurement
Viborg
8800
Denmark
Telephone: +45 35291000

Internet address:www.klfu.dk

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen / Danish Competition and Consumer Authority
Carl Jocobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000

Internet address:www.kfst.dk

VI.5) Date of dispatch of this notice:
12/07/2017
Annonce Annonce
BREAKING
{{ article.headline }}
0.031|