23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 137-313509
Offentliggjort
19.07.2018
Udbudstype
Resultat

Udbyder

Danmarks Tekniske Universitet / Technical University of Denmark

Service Contract covering 3 TEM systems and a Helios Nannol-AB 600 SDB


Danmarks Tekniske Universitet / Technical University of Denmark

Contract award notice

Results of the procurement procedure

Services

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danmarks Tekniske Universitet / Technical University of Denmark
2800
Lyngby
Denmark
Contact person: Johanne Liv Pedersen
E-mail: jolip@dtu.dk
NUTS code: DK012

Internet address(es):

Main address: http://www.dtu.dk/

I.2) Information about joint procurement
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:

Service Contract covering 3 TEM systems and a Helios Nannol-AB 600 SDB

II.1.2) Main CPV code
38510000
II.1.3) Type of contract
Services
II.1.4) Short description:

Service Contract covering 3 TEM systems and a Helios Nannol-AB 600 SDB.

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: 5 343 802.00 DKK
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
II.2.3) Place of performance
NUTS code: DK012
II.2.4) Description of the procurement:

The service contract is put in place to cover three TEM systems and a Helios NannoLAB 600 SDB. The Titan ATEM 80-300kV, Tecnai T20 Super Twin and Titan ETEM 80-300kV each with an Oxford XMax 80mm EDS and Gatan GIF. The Helios has 5 GIS an Omniprobe, EDAX Hikari EBSD with SDD EDS.

The contract will include parts and a 24 hour response time for unplanned service. A regular Preven-tative Maintenance visit is also to be carried out annually.

With these machines averaging ca. 3 000 hours each per annum, system functionality is critical to keeping our demanding user base satisfied.

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
Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below
  • 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:

Each builder of electron microscopes manufactures and assembles their equipment differently. Although common third party equipment is installed on these types of machines in a very limited scope e.g. EDS detectors or cameras, it is critical to understand the interfacing necessary for these devices to function. Therefore, given the technology levels of the original equipment and of third-party equipment fitted to these microscopes for various processes it is not possible for a third-party vendor to cover this equipment with this level of contract which is parts inclusive.

The interfacing between the microscope and the third party equipment is complex, it is critical that the supplier completely understand how these systems are integrated to operate efficiently.

Titan ETEM.

CS Image Corrector.

80 and 300kV alignments

STEM and Low dose.

Gatan One View Camera.

Oxford X-Max EDS with Aztec.

Gatan GIF Tridiem 866.

Titan ATEM.

CS Probe Corrector.

120 and 300kV alignments

STEM and Low dose.

Oxford TLE EDS with Aztec.

Gatan Digiscan.

Gatan GIF Tridiem 865.

Tecnai T20 Supper Twin.

Oxford X-Max EDS with Aztec.

Gatan GIF Tridiem 865.

Helios 600 nanoLAB.

EDAX SSD EDS with TEAM.

EDAX Hikari EBSD with OIM.

These systems run on average > 3 000 per annum. We require fast and concise technical support and service to maintain our excellent service status to the demanding user base both internal and external to DTU CEN.

Suppliers to this service contract will be required to provide adequately trained technicians who can carry out routine and non-routine maintenance both onsite and remotely. An agreed minimum response time with onsite presence will be key to this contract and DTU CEN maintaining a satisfactory level of user service.

Therefore, in this case, it is our belief not possible for another provider to support DTU CEN in this service. The only supplier, Thermo Fisher Scientific Materials and Structural Analysis, formerly FEI, has provided these microscopes and developed them with us over the years since initial installation to the level they are and operate at today, and are the only one meeting our requirements.

IV.1.3) Information about a framework agreement or a dynamic purchasing system
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
Notice number in the OJ S: 2018/S 088-198377
IV.2.8) Information about termination of dynamic purchasing system
IV.2.9) Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:
29/06/2018
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
FEI Europe B.V. Branch Denmark
København V
Denmark
NUTS code: DK011
The contractor is an SME: no
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 5 343 802.00 DKK
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
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@erst.dk

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

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to Danish Act on The Complaints Board for Public Procurement (act nº 492 of 12.5.2010 with subsequent amendments — available at www.retsinformation.dk), the following time limits for filing a complaint apply: Complaints must be filed with The Complaints Board for Public Procurement within:

1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);

2) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision;

3) 6 months starting the day after the contracting authority has sent notification to the candidates / tenderers involved that the contracting authority has entered into the framework agreement, cf. § 2(2) or § 171(4) of the Act on Public Procurement, provided that the notification included a short account of the relevant reasons for the decision;

4) 20 calendar days starting the day after the contracting authority has published a notice concerning his decision to uphold the contract, cf. § 185 (2) of the Act on Public Procurement. The complainant must inform the contracting authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the stand-still period, cf. § 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the stand-still period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1) of the said Act. The e-mail of The Complaints Board for Public Procurement is stated in section VI.4.1. The Complaints Board for Public Procurement’s own guidance note concerning complaints is available at the internet address stated in section VI.4.1.

VI.4.4)

Service from which information about the review procedure may be obtained.

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen / Danish Competition and Consumer Authority
Carl Jacobsens Vej 35
Kgs. Lyngby
2800
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

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

VI.5) Date of dispatch of this notice:
18/07/2018

Send til en kollega

0.047