DTU requires a scanning nitrogen vacancy magnetometer with variable temperature and magnetic fields. The system required is composed of: 1) a low-vibration dry cryostat with variable temperature control in the range of at least 10K-300K, 2) a magnet to apply magnetic fields to the sample and tip and 3) a build-in scanning NV magnetometry. The system should feature low vibrational levels, stable temperature and magnetic fields, large sample space, electrical contacts to the sample and powerful AFM-like scanning with large scan ranges. DTU's budget for the purchase is maximum 800.000 EUR. As part of getting the purchase within this budget, DTU has initiated that the tenderers shall offer a price reduction in case of the Supplier's possible access to DTU's laboratory as described in Instructions to Tenderers. The estimated contract value for the basis system is 800.000 EUR. In addition to the estimated contract value there is a value of the option of the open laboratory. Furthermore, an amount of 200.000 EUR for DTU's right to purchase add-ons etc. under the contract has to be added to the estimated contract value. The Agreement will become effective on the date of the last signature. The Agreement will expire when all obligations under the Agreement have been performed.
Deadline
Fristen for modtagelse af bud var på 2024-12-20.
Indkøbet blev offentliggjort på 2024-11-20.
Udbudsbekendtgørelse (2024-11-20) Objekt Omfanget af udbuddet
Titel: Scanning nitrogen vacancy magnetometer with variable temperature and magnetic fields
Referencenummer: 9419
Kort beskrivelse:
“DTU requires a scanning nitrogen vacancy magnetometer with variable temperature and magnetic fields. The system required is composed of:
1) a...”
Kort beskrivelse
DTU requires a scanning nitrogen vacancy magnetometer with variable temperature and magnetic fields. The system required is composed of:
1) a low-vibration dry cryostat with variable temperature control in the range of at least 10K-300K,
2) a magnet to apply magnetic fields to the sample and tip and
3) a build-in scanning NV magnetometry.
The system should feature low vibrational levels, stable temperature and magnetic fields, large sample space, electrical contacts to the sample and powerful AFM-like scanning with large scan ranges.
DTU's budget for the purchase is maximum 800.000 EUR.
As part of getting the purchase within this budget, DTU has initiated that the tenderers shall offer a price reduction in case of the Supplier's possible access to DTU's laboratory as described in Instructions to Tenderers.
The estimated contract value for the basis system is 800.000 EUR. In addition to the estimated contract value there is a value of the option of the open laboratory. Furthermore, an amount of 200.000 EUR for DTU's right to purchase add-ons etc. under the contract has to be added to the estimated contract value.
The Agreement will become effective on the date of the last signature. The Agreement will expire when all obligations under the Agreement have been performed.
Vis mere
Kontrakttype: Varer
Produkter/tjenester: Laboratorieudstyr, optisk udstyr og præcisionsudstyr (ikke briller)📦
Anslået værdi uden moms: 800 000 EUR 💰
Beskrivelse
Beskrivelse af udbuddet:
“DTU requires a scanning nitrogen vacancy magnetometer with variable temperature and magnetic fields. The system required is composed of:
1) a...”
Beskrivelse af udbuddet
DTU requires a scanning nitrogen vacancy magnetometer with variable temperature and magnetic fields. The system required is composed of:
1) a low-vibration dry cryostat with variable temperature control in the range of at least 10K-300K,
2) a magnet to apply magnetic fields to the sample and tip and
3) a build-in scanning NV magnetometry.
The system should feature low vibrational levels, stable temperature and magnetic fields, large sample space, electrical contacts to the sample and powerful AFM-like scanning with large scan ranges.
DTU's budget for the purchase is maximum 800.000 EUR.
As part of getting the purchase within this budget, DTU has initiated that the tenderers shall offer a price reduction in case of the Supplier's possible access to DTU's laboratory as described in Instructions to Tenderers.
The estimated contract value for the basis system is 800.000 EUR. In addition to the estimated contract value there is a value of the option of the open laboratory. Furthermore, an amount of 200.000 EUR for DTU's right to purchase add-ons etc. under the contract has to be added to the estimated contract value.
The Agreement will become effective on the date of the last signature. The Agreement will expire when all obligations under the Agreement have been performed.
Vis mere
Yderligere oplysninger:
“The Tenderer can only participate in the tender, if the Tenderer is not encompassed by the compulsory grounds for exclusion, cf. section 135-136 in the...”
Yderligere oplysninger
The Tenderer can only participate in the tender, if the Tenderer is not encompassed by the compulsory grounds for exclusion, cf. section 135-136 in the Danish Public Procurement Act and the voluntary grounds for exclusion in section 137(1)(1, 2,4 and 6).
Pursuant to section 134a in the Danish Public Procurement Act, DTU must exclude a Tenderer from participation in the procurement procedure if the Tenderer is established in a country that is included in the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to tenderers established in the country in question.
Throughout the term of the Agreement, the Supplier must not be covered by the description in Article 5k of COUNCIL REGULATION (EU) 2022/576 of 8 April 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia's actions destabilising the situation in Ukraine (‘Regulation 2022/576’).
Upon DTU’s request the Tenderers must document that they are not encompassed by any of the grounds for exclusion stated in the ESPD.
If the Tenderer is a consortium, all legal participants in the consortium must document that the consortium is not encompassed by any of the grounds for exclusion.If the Tenderer represents a consortium with several legally authorised persons, the Tenderer must complete and submit Appendix A – Consortium Declaration.If the Tender rely on the capacities of other entities, each supportive enterprise must document that they are not encompassed by any of the grounds for exclusion.If the Tenderer relies on the capacities of other entities, each entity must complete and submit Appendix B – Letter of Support.
For Danish Tenderers the documentation requirement can be fulfilled by presenting an Official Certificate (Serviceattest) from the Danish Business Authority (Erhvervsstyrelsen), which must be issued no later than 12 months prior to the date where it is presented to DTU. Non-Danish Tenderers must provide:- An extract from a relevant register or a similar document issued by a competent authority, showing that the Tenderer is not encompassed by any of the grounds for exclusion, cf. (the Public Procurement Act) Udbudsloven § 135, sub-section 1 (participation in a criminal organization, corruption, bribery, fraud, terrorist or criminal offences linked to terrorist activities, money laundering or terrorist financing and child labour and other forms of human trafficking) and,- A certificate issued by a competent authority showing that the Tenderer is not encompassed by any of the grounds for exclusion, cf. (the Public Procurement Act) Udbudslovens § 135, sub-section 3 (payment of taxes and payment of social security) and § 137, sub-section 1, no. 2 (bankruptcy, insolvency, voluntary arrangement with creditors, analogous situation like bankruptcy under national law, assets being administered by liquidator and business activities are suspended).
If requested by DTU, the Tenderers must document – as stated in the ESPD - that they fulfil minimum levels for suitability.
Upon DTU’s request the winning tenderer must provide documentation for fulfilling minimum requirement for Economic and Financial Standing DTU requires documentation in terms of annual reports from the last 3 audited financial year for the proof of stated in the winning Tenderer's information regarding the Tenderer's economic and financial standing as stated in the ESPD.
As documentation for the winning Tenderer's documentation for fulfilling minimum requirement for Technical and Professional Ability DTU reserves the right to contact the references stated in the ESPD.
The tenderers are asked to offer a price reduction in case of the Supplier's possible access to DTU's laboratory as described in Instructions to Tenderers.
Furthermore, DTU reserves the right to purchase add-ons, upgrades etc. as described in the draft contract.
Vis mere Kriterier for tildeling
Pris ✅
Pris (justeringskoefficient): 10
Kvalitetskriterium (navn): Quality and functionality
Kvalitetskriterium (vægtning): 90
Titel
Partiets identifikationsnummer: LOT-0000
Procedure Type af procedure
Åben procedure ✅ Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2024-12-20 23:00:00 📅
Betingelser for åbning af buddene: 2024-12-20 23:30:00 📅
Betingelser for åbning af tilbud (Oplysninger om bemyndigede personer og åbningsprocedure):
“Tenderers are not invited to be present at the opening of tenders.”
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 6
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Finansielle nøgletal: For the last 3 audited financial years, as a minimum the Tenderer must on average have had a:
- Net turnover (total company net...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Finansielle nøgletal: For the last 3 audited financial years, as a minimum the Tenderer must on average have had a:
- Net turnover (total company net turnover) of EUR 500.000,00
The Tenderers information regarding net turnover for the last 3 audited financial years should be filled out in the ESPD document or in a separate document.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For så vidt angår vareindkøbskontrakter: levering af leverancer af den anførte type: As a minimum the Tenderer must provide 3 references for comparable...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
For så vidt angår vareindkøbskontrakter: levering af leverancer af den anførte type: As a minimum the Tenderer must provide 3 references for comparable agreements.
Comparable agreements mean agreements concerning (i) delivery of a scanning NV magnetometer with variable temperature operation from <10 K to room temperature and operation in variable magnetic fields supplied by a superconducting vector magnet, and (ii) delivery of a scanning NV magnetometer with room temperature operation unless all 3 references are fulfilled with (i).
Out of the 3 references, the Tenderer must provide minimum 1 reference of an agreement to a customer that has received a scanning NV magnetometer with variable temperature operation from <10 K to room temperature and operation in variable magnetic fields supplied by a superconducting vector magnet.
If the tenderer only provides 1 or 2 references, cf. above, the remaining references must be references to agreements, where the Tenderer has provided a scanning NV magnetometer with room temperature operation to a customer.
The agreements, to which the references refer, should not be more than 4 years old. The date is calculated from the first signature on the agreement referred to.
The Tenderers information regarding the 3 references should be filled out in the ESPD document or in a separate document.
Furthermore, the Tenderer should give the following information for each reference (either in the ESPD or in a separate document):
• Name of the customer and contact information
• Time of execution
• Description of the capabilities of the delivered scanning setup and comparability to this procurement.
Vis mere Betingelser for deltagelse
Krav om deponering og sikkerhedsstillelse:
“The Supplier must issue a bank guarantee as a condition for being able to receive prepayment.”
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem:
“The Supplier will receive payment according a payment schedule, cf. the draft contract.” Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“Social clauses and insurance requirements are included in the contract.”
“The Tenderer can only participate in the tender, if the Tenderer is not encompassed by the compulsory grounds for exclusion, cf. section 135-136 in the...”
The Tenderer can only participate in the tender, if the Tenderer is not encompassed by the compulsory grounds for exclusion, cf. section 135-136 in the Danish Public Procurement Act and the voluntary grounds for exclusion in section 137(1)(1, 2,4 and 6).
Pursuant to section 134a in the Danish Public Procurement Act, DTU must exclude a Tenderer from participation in the procurement procedure if the Tenderer is established in a country that is included in the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to tenderers established in the country in question.
Throughout the term of the Agreement, the Supplier must not be covered by the description in Article 5k of COUNCIL REGULATION (EU) 2022/576 of 8 April 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia's actions destabilising the situation in Ukraine (‘Regulation 2022/576’).
Upon DTU’s request the Tenderers must document that they are not encompassed by any of the grounds for exclusion stated in the ESPD.
If the Tenderer is a consortium, all legal participants in the consortium must document that the consortium is not encompassed by any of the grounds for exclusion.If the Tenderer represents a consortium with several legally authorised persons, the Tenderer must complete and submit Appendix A – Consortium Declaration.If the Tender rely on the capacities of other entities, each supportive enterprise must document that they are not encompassed by any of the grounds for exclusion.If the Tenderer relies on the capacities of other entities, each entity must complete and submit Appendix B – Letter of Support.
For Danish Tenderers the documentation requirement can be fulfilled by presenting an Official Certificate (Serviceattest) from the Danish Business Authority (Erhvervsstyrelsen), which must be issued no later than 12 months prior to the date where it is presented to DTU. Non-Danish Tenderers must provide:- An extract from a relevant register or a similar document issued by a competent authority, showing that the Tenderer is not encompassed by any of the grounds for exclusion, cf. (the Public Procurement Act) Udbudsloven § 135, sub-section 1 (participation in a criminal organization, corruption, bribery, fraud, terrorist or criminal offences linked to terrorist activities, money laundering or terrorist financing and child labour and other forms of human trafficking) and,- A certificate issued by a competent authority showing that the Tenderer is not encompassed by any of the grounds for exclusion, cf. (the Public Procurement Act) Udbudslovens § 135, sub-section 3 (payment of taxes and payment of social security) and § 137, sub-section 1, no. 2 (bankruptcy, insolvency, voluntary arrangement with creditors, analogous situation like bankruptcy under national law, assets being administered by liquidator and business activities are suspended).
If requested by DTU, the Tenderers must document – as stated in the ESPD - that they fulfil minimum levels for suitability.
Upon DTU’s request the winning tenderer must provide documentation for fulfilling minimum requirement for Economic and Financial Standing DTU requires documentation in terms of annual reports from the last 3 audited financial year for the proof of stated in the winning Tenderer's information regarding the Tenderer's economic and financial standing as stated in the ESPD.
As documentation for the winning Tenderer's documentation for fulfilling minimum requirement for Technical and Professional Ability DTU reserves the right to contact the references stated in the ESPD.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Nationalt registreringsnummer: 37795526
Postadresse: Nævnenes hus, Toldboden 2
Postnummer: 8800
Postby: Viborg
Region: Vestjylland🏙️
Land: Danmark 🇩🇰
E-mail: klfu@erst.dk📧
Telefon: +45 35291000📞
URL: http://www.klfu.dk🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Complaint regarding award of contract:Complaint regarding the award of a contract must be submitted no later than 45 calendar days from the date after the...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Complaint regarding award of contract:Complaint regarding the award of a contract must be submitted no later than 45 calendar days from the date after the Contracting Authority has published a notice in the European Union Official Journal informing that the Contracting Authority has awarded/concluded a contract, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, Section 2, no. 1.
Vis mere Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk bestilling
Der vil blive anvendt elektronisk betaling
Kilde: OJS 2024/S 227-709792 (2024-11-20)