Fakta om udbudet
Bestilling af materiale
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=251766&B=DTU
Udbyder
Danmarks Tekniske Universitet — DTU
Vindere
Procurement of an X-Ray Photoelectron Spectroscopy System
(19.12.2019)
Oleinitec Nordic AB
Österögatan 2
16440 Kista
Procurement of an X-Ray Photoelectron Spectroscopy System
Danmarks Tekniske Universitet — DTU
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
30060946
Anker Engelunds Vej 1
Kgs. Lyngby
2800
Denmark
Contact person: Anne Katrine Elkjær-Holm
E-mail: akelho@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
Section II: Object
Procurement of an X-Ray Photoelectron Spectroscopy System
This tender concerns the acquisition of an X-ray photoelectron spectroscopy (XPS) system for a university facility that provides access to an extensive suite of characterisation tools as one of its core purposes. Users of the facility come from all levels of experience and technical backgrounds within the university as well as from commercial customers. The procurement shall be conducted as an open procedure in accordance with Danish legislative Act No 1564 of 15.12.2015 implementing Directive 2014/24/EU on public procurement.
Lyngby, DENMARK.
This tender concerns the acquisition of an X-ray photoelectron spectroscopy (XPS) system for a university facility that provides access to an extensive suite of characterisation tools as one of its core purposes. Users of the facility come from all levels of experience and technical backgrounds within the university as well as from commercial customers. The acquisition and processing of XPS spectra along with Ultraviolet Photoelectron Spectroscopy (UPS) and Reflected Electron Energy Loss Spectroscopy are the core purposes of the instrument. However, a great variety of additional techniques may be applied to extract further information from the samples with no or very limited additions of hardware. Techniques such as ISS (Ion Scattering Spectroscopy) are interesting, but other options requiring dedicated sources and/or detectors such as AES (Auger Electron Spectroscopy) and Raman spectroscopy may also be considered.
The instrument must be largely operated by means of a computer with a dedicated software solution. From here, the samples are transferred back and forth, experiments are designed and the data is analysed. Given the intended number of users, it is essential that the software is very intuitive and straight forward to use. To process the data acquired, the software must include comprehensive routines for identification of elements in a spectrum and peak fitting capabilities thus enabling the conversion from spectra to concentrations of elements or chemical components.
The procurement shall be conducted as an open procedure in accordance with Danish Legislative Act No 1564 of 15.12.2015 implementing Directive 2014/24/EU on public procurement.
The tender shall include options as further described in the instructions to tenderes, and the associated appendices.
Section III: Legal, economic, financial and technical information
Section IV: Procedure
Section VI: Complementary information
This is a retender of the contract notice 2019/S 161-395884. The contracting authority notes that the retender includes smaller corrections of Appendix 1 technical specifications, hereunder especially requirement No 3.2 who has been changed from:
‘The size of the X-ray spot on the sample must be tuneable in a minimum range of 50-150 μm’.
To:
‘The width of the analysed area on the sample must be tuneable in a minimum range from 300 μm down to 50 μm’.
Nævnenes hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@erst.dk
Internet address: http://www.klfu.dk
Pursuant to the Danish Consolidation Act No 593 of 2.6.2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the following time limits for filing a complaint apply: complaints regarding public procurements and decisions subject to Chapter II or III of the Public Procurement Act, which does not concern a candidate not being invited to tender, must in accordance with § 7(2) of the Act on the complaints board for public procurement 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. The time-limit is calculated from the day after the publication date;
2) 30 calendar days starting the day after the contracting authority has notified 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 an account of the reasons for the decision;
3) 6 months after the contracting authority has entered into the framework agreement starting the day after the contracting authority has sent notification to the candidates/tenderers involved, cf. § 2(2) or § 171(4) of the Public Procurement Act, provided that the notification included an account of the 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 Public Procurement Act. 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 standstill period, cf. § 6(4) of the act on the complaints board for public procurement. If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1). Contact information for 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 on the website stated in Section VI.4.1).
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk
Internet address: http://www.kfst.dk