23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 012-022509
Offentliggjort
18.01.2018
Udbudstype
Offentligt udbud

Udbyder

Technical University of Denmark / Danmarks Tekniske Universitet

Vindere

(21.06.2018)
JJ X-Ray
Hørsholm

Opdateringer

Rettelse
(20.01.2018)

IV.2.2
instead of:
Date: 19-02-2018
Time: 13:00
Read:
Date: 16-02-2018
Time: 13:00

Rettelse
(24.01.2018)

IV.2.2)
I stedet for:
Dato: 16-02-2018
Time: 13:00
Læses:
Dato: 15-02-2018
Time: 13:00

Soft X-ray reflectometer for characterisation of thin film coatings


Technical University of Denmark / Danmarks Tekniske Universitet

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Technical University of Denmark / Danmarks Tekniske Universitet
30060946
Anker Engelunds Vej 1
Kgs. Lyngby
2800
Denmark
Contact person: Johanne Liv Pedersen
Telephone: +45 45250207
E-mail: jolip@adm.dtu.dk
NUTS code: DK012

Internet address(es):

Main address: www.DTU.dk

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

I.2) 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=201967&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=201967&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:

Soft X-ray reflectometer for characterisation of thin film coatings

II.1.2) Main CPV code
33111000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The contractor shall procure and commission a low-energy X-ray reflectometer facility, below 2 keV, in order to characterise and optimise thin film coatings for the Athena mission. The X-ray facility shall be installed in existing vacuum chamber.

II.1.5) Estimated total value
Value excluding VAT: 650 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
31120000
II.2.3) Place of performance
NUTS code: DK012
II.2.4) Description of the procurement:

The contractor shall procure and commission a low-energy X-ray reflectometer facility, below 2 keV, in order to characterise and optimise thin film coatings for the Athena mission. The X-ray facility shall be installed in existing vacuum chamber. The main components of the reflectometer to be installed in the existing vacuum chamber consist of a soft x-ray generator (Al, Fe or Cu), slits, monocrystal, motion stages, detector and vacuum system.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 60 %
Price - Weighting: 40 %
II.2.6) Estimated value
Value excluding VAT: 650 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:

Option for continuation of service and warranty beyond 12 months. This is described in detail in the requirements specification.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Options as described in the requirements specification.

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
List and brief description of conditions:

No conditions for participation.

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

No conditions for participation.

Minimum level(s) of standards possibly required:

No conditions for participation.

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

No conditions for participation.

Minimum level(s) of standards possibly required:

No conditions for participation.

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: 19/02/2018
Local time: 13:00
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: 19/02/2018
Local time: 13:00

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:

The tenderer must use the European Single Procurement Document (ESPD) as provisional evidence in replacement of certificates issued by public authorities or third parties confirming that the tenderer fulfils the minimum requirements. DTU shall exclude a tenderer from participation in the tender procedure, if the tenderer is subject to one of the mandatory exclusion grounds. The tenderer shall submit information in this respect in the ESPD. Special attention is drawn to the fact that certain voluntary exclusion grounds have been made mandatory. Please refer to the Danish Competition and Consumer Authority’s guidance note for correct completion of the European Single Procurement Document.

Tenderers must submit their offer via EU-Supply. The offer cannot be submitted by e-mail. Reference is made to the detailed description in the tender documents.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud / Board of Complaints
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:

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
Konkurrence- og Forbrugerstyrelsen / Danish Competition and Consumer Authority
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:
16/01/2018

Send til en kollega

0.063