23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 016-033284
Offentliggjort
23.01.2019
Udbudstype
Offentligt udbud

Udbyder

Danmarks Tekniske Universitet - DTU

Opdateringer

Annullering
(13.03.2019)

A significant mistake in technical specifications was discovered and therefor it is necessary to annull this tender.

2 Fermentation Systems with Stainless Steel Vessels and 6 Fermentation Systems with Glass Vessels


Danmarks Tekniske Universitet - DTU

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danmarks Tekniske Universitet - DTU
30060946
Anker Engelunds Vej 1
Kgs. Lyngby
2800
Denmark
Contact person: Alexi Burns-Tang
Telephone: +45 45251126
E-mail: alexi@adm.dtu.dk
NUTS code: DK

Internet address(es):

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

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

I.2) Information about 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=229545&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=229545&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:

2 Fermentation Systems with Stainless Steel Vessels and 6 Fermentation Systems with Glass Vessels

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

DTU is currently building a big fermentation infrastructure, which, in the long run, will accommodate many fermenters, from bench to pilot-scale, carrying out a wide array of biological transformations. So we would like to be able to work in parallel with fermentation systems that are controlled automatically and independently from each other and have the possibility to accommodate fermentations with different types of microbes and substrates (including gasses) and a very broad variety of operation conditions. Within this frame we are purchasing 2 fermentation systems with stainless steel vessels and 6 fermentation systems with glass vessels.

II.1.5) Estimated total value
II.1.6) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title:

2 Fermentation Systems with Stainless Steel Vessels

Lot No: 1
II.2.2) Additional CPV code(s)
38000000
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

DTU is currently building a big fermentation infrastructure, which, in the long run, will accommodate many fermenters, from bench to pilot-scale, carrying out a wide array of biological transformations. So we would like to be able to work in parallel with fermentation systems that are controlled automatically and independently from each other and have the possibility to accommodate fermentations with different types of microbes and substrates (including gasses) and a very broad variety of operation conditions. Within this frame we are purchasing 2 fermentation systems with stainless steel vessels and 6 fermentation systems with glass vessels.

II.2.5) Award criteria
Criteria below
Price
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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

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

The tenderer must state the general yearly turnover for the last 3 audited financial years.

Minimum level(s) of standards possibly required:

The minimum level for suitability is 2 x the contract value calculated as an average of the turnover in the last 3 financial years.

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

The tenderer must give references for comparable contracts, from Universities or research Institutes. The minimum level for suitability is 3 references and references cannot be more than 5 years old.

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:
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: 21/02/2019
Local time: 23:59
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:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 21/02/2019
Local time: 23:59

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@erst.dk

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

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

Complaint regarding the award of contract:

Complaint regarding the award of contract must be submitted no later than 45 calendar days from the date after the Contracting Authority has published a contract award notice in the European Union Official Journal informing that the Contracting Authority has awarded the contract, cf. Law regarding Complaints board (in danish Klagenævnet for Udbud) § 7, section 2, no. 1.

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

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

VI.5) Date of dispatch of this notice:
21/01/2019

Send til en kollega

0.094