23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 054-119114
Offentliggjort
17.03.2018
Udbudstype
Offentligt udbud

Udbyder

Danmarks Tekniske Universitet / Technical University of Denmark

Opdateringer

Annullering
(17.05.2018)

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 is subject to any of the mandatory exclusion grounds and fulfills the requirement of technical and professional capacity. DTU shall exclude a tenderer from participation in the tender procedure, if the tenderer is subject to one of the mandatory exclusion grounds or does not fulfill the minimum requirements in section III. 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.

DTU-ESA Spherical Near-Field Antenna Test Facility Performance Upgrade


Danmarks Tekniske Universitet / Technical University of Denmark

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danmarks Tekniske Universitet / Technical University of Denmark
30060946
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) 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=207055&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=207055&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:

DTU-ESA Spherical Near-Field Antenna Test Facility Performance Upgrade

II.1.2) Main CPV code
73110000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

This Tender concerns 0.1 to 60 GHz microwave signal generator and receiver components as well as measurement data acquisition system for the DTU-ESA Spherical Near-Field Antenna Test Facility. This Facility is an European Space Agency external reference laboratory at the Technical University of Denmark for high-accuracy calibration and measurement of space antenna technology.

II.1.5) Estimated total value
Value excluding VAT: 250 000.00 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)
31711422
38300000
II.2.3) Place of performance
NUTS code: DK012
II.2.4) Description of the procurement:

This Tender concerns 0.1 to 60 GHz microwave signal generator and receiver components as well as measurement data acquisition system for the DTU-ESA Spherical near-field antenna test facility. This facility is an European space agency external reference laboratory at the Technical University of Denmark for high-accuracy calibration and measurement of space antenna technology. The deliverables of this Tender are to replace specific existing equipment but must interface to remaining existing equipment and support existing measurement techniques and procedures to achieve the same high measurement accuracy. The focus of this Tender is on the technical capability and quality.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 250 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
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: yes
Description of options:

Options are described in detail in Appendix 1 to the contract, and includes extra equipment, longer warranty, etc.

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

The tenderer must use the European single procurement document as evidence confirming that the tenderer fulfils the minimum requirement stated below.

A list of the most important similar deliveries carried out over the past ten years. The list should preferably include:

— A description of each delivery,

— Information on when it was carried out,

— The size and value of the deliveries,

— The recipients of the deliveries (specific names/countries are preferred, but need not necessarily be included; if no country specific information is included the candidate is asked to provide as much generic information as possible about the delivery).

The information must include the information described below as minimum levels.

Minimum level(s) of standards possibly required:

The tenderer must document at least 10 years of experience with comparable contracts. The tenderer must give references for at least 3 comparable contracts that each involves a spherical near-field antenna measurement facility; at least 1 of these 3 must involve frequencies up to 60 GHz, and at least 1 of these 3 must be no older than 3 years.

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: 20/04/2018
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: 20/04/2018
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 is subject to any of the mandatory exclusion grounds and fulfills the requirement of technical and professional capacity. DTU shall exclude a tenderer from participation in the tender procedure, if the tenderer is subject to one of the mandatory exclusion grounds or does not fulfill the minimum requirements in section III. 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:
16/03/2018

Send til en kollega

0.063