23948sdkhjf

Fakta om udbudet

EU-nr
Offentliggjort
13.03.2025
Udbudstype
Andre

Udbyder

Danmarks Tekniske Universitet - DTU

One wet bench and four fumehoods for cleanrooms at DTU


Danmarks Tekniske Universitet - DTU

163938-2025 - Resultater
Danmark – Laboratorieudstyr, optisk udstyr og præcisionsudstyr (ikke briller) – One wet bench and four fumehoods for cleanrooms at DTU
OJ S 51/2025 13/03/2025
Bekendtgørelse om indgåede kontrakter eller koncessionstildeling – standardordningen
Varer
1. Køber
1.1.
Køber
Officielt navn Danmarks Tekniske Universitet - DTU
E-mail mardau@dtu.dk
Køberens retlige status Offentligretligt organ
Den ordregivende myndigheds aktivitet Uddannelse
2. Procedure
2.1.
Procedure
Titel One wet bench and four fumehoods for cleanrooms at DTU
Beskrivelse DTU Nanolab requires one wet bench and four fumehoods for use in cleanrooms with harsh chemi-cals. These units will be used in our ISO 14644-1 Class 4, 5 and 6 cleanrooms. The units must be built from flame retardant polypropylene. The units will be used by many different users with diverse backgrounds, which means, that operator safety is an important aspect. Another important aspect is minimization of unnecessary exhaust due to the high cost of air treatment for the cleanroom environment. The Tenderer is required to deliver the fumehoods and laminar flow wet bench for harsh chemicals into DTU Nanolab's cleanrooms at DTU. 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.
Identifikator for proceduren e73be08f-8275-49ad-bcc5-b9bf31771cb7
Tidligere bekendtgørelse 23659c1a-c80a-4e7d-9673-97a348b14b1e-01
Intern ID 9324
Udbudsprocedure Offentligt udbud
Proceduren er en hasteprocedure nej
Hovedpunkterne i proceduren Tenders will be opened after the deadline for submission of tenders. After opening of tenders, DTU will assess if each tender is compliant, including whether the tender complies with all formal and material requirements.
2.1.1.
Formål
Kontraktens hovedformål Varer
Primær klassifikation   ( cpv ):  38000000   Laboratorieudstyr, optisk udstyr og præcisionsudstyr (ikke briller)
Supplerende klassifikation   ( cpv ):  42520000   Ventilationsudstyr, 42522000   Ventilatorer, ikke til privat brug
2.1.2.
Udførelsessted
By Kgs. Lyngby
Postnummer 2800
Landsdel (NUTS) Københavns omegn   ( DK012 )
Land Danmark
Yderligere oplysninger The Supplier will receive payment according to a payment schedule.
2.1.3.
Værdi
Anslået værdi eksklusiv moms 3 500 000,00   DKK
2.1.4.
Generelle oplysninger
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 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. 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. 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 years for the proof of stated in the winning tenderer's information regarding the tenderer's economic and financial standing as stated in the ESPD. Upon DTU’s request the winning tenderer must provide documentation for fulfilling minimum requirement for Quality Assurance and Environmental Management. DTU requires documentation in terms of an ISO 9001:2015-certificate and an ISO 14644-1:2015-certificate (Cleanrooms and associated controlled environments, class 4) for the proof of stated in the winning tenderer's information regarding the tenderer's economic and financial standing as stated in the ESPD.
Retsgrundlag
Direktiv 2014/24/EU
5. Delkontrakt
5.1.
Delkontrakt LOT-0000
Titel One wet bench and four fumehoods for cleanrooms at DTU
Beskrivelse DTU Nanolab requires one wet bench and four fumehoods for use in cleanrooms with harsh chemi-cals. These units will be used in our ISO 14644-1 Class 4, 5 and 6 cleanrooms. The units must be built from flame retardant polypropylene. The units will be used by many different users with diverse backgrounds, which means, that operator safety is an important aspect. Another important aspect is minimization of unnecessary exhaust due to the high cost of air treatment for the cleanroom environment. The Tenderer is required to deliver the fumehoods and laminar flow wet bench for harsh chemicals into DTU Nanolab's cleanrooms at DTU. 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.
Intern ID 9324
5.1.1.
Formål
Kontraktens hovedformål Varer
Primær klassifikation   ( cpv ):  38000000   Laboratorieudstyr, optisk udstyr og præcisionsudstyr (ikke briller)
Supplerende klassifikation   ( cpv ):  42520000   Ventilationsudstyr, 42522000   Ventilatorer, ikke til privat brug
5.1.2.
Udførelsessted
By Kgs. Lyngby
Postnummer 2800
Landsdel (NUTS) Københavns omegn   ( DK012 )
Land Danmark
Yderligere oplysninger The Supplier will receive payment according to a payment schedule.
5.1.3.
Anslået varighed
Startdato 01/02/2025
Varigheds slutdato 31/03/2026
5.1.5.
Værdi
Anslået værdi eksklusiv moms 3 500 000,00   DKK
5.1.6.
Generelle oplysninger
Indkøbsprojekt, der ikke finansieres med EU-midler
Udbuddet er omfattet af aftalen om offentlige udbud (GPA) ja
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 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. 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. 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 years for the proof of stated in the winning tenderer's information regarding the tenderer's economic and financial standing as stated in the ESPD. Upon DTU’s request the winning tenderer must provide documentation for fulfilling minimum requirement for Quality Assurance and Environmental Management. DTU requires documentation in terms of an ISO 9001:2015-certificate and an ISO 14644-1:2015-certificate (Cleanrooms and associated controlled environments, class 4) for the proof of stated in the winning tenderer's information regarding the tenderer's economic and financial standing as stated in the ESPD.
5.1.10.
Tildelingskriterier
Kriterium
TypePris
Navn Price
Beskrivelse Evaluation of the sub-criterion Price is described in the Instructions to Tenderers-document.
Kategori for tildelingskriteriet vægtVægtning (procentdel, præcis)
Tildelingskriterium talværdi 25
Kriterium
TypeKvalitet
Navn Quality and functionality
Beskrivelse Evaluation of the sub-criterion Quality and functionality is described in the Instructions to Tenderers-document.
Kategori for tildelingskriteriet vægtVægtning (procentdel, præcis)
Tildelingskriterium talværdi 75
5.1.15.
Teknikker
Rammeaftale Ingen rammeaftale
Oplysninger om det dynamiske indkøbssystem Intet dynamisk indkøbssystem
Elektronisk auktion nej
5.1.16.
Yderligere oplysninger, mægling og gennemgang
Organisation med ansvar for klager Klagenævnet for Udbud
Oplysninger om klagefrister : 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.
Organisation, der leverer oplysninger om den generelle lovgivningsramme angånde skatter på det sted, hvor kontrakten skal udføres Konkurrence- og Forbrugerstyrelsen
Organisation, der leverer supplerende oplysninger om udbudsproceduren Danmarks Tekniske Universitet - DTU
Organisation, der sikrer adgang til udbudsdokumenterne offline Danmarks Tekniske Universitet - DTU
Organisation, der underskriver kontrakten Danmarks Tekniske Universitet - DTU
TED eSender Mercell Holding ASA
6. Resultater
Værdien af alle kontrakter tildelt i denne bekendtgørelse 4 054 286,20   DKK
6.1.
Resultat delkontrakt-ID LOT-0000
Status for udvælgelse af vinder Der er udvalgt mindst én vinder.
6.1.2.
Oplysninger om vinderne
Vinder
Officielt navn Arias gmbh
Tilbud
Tilbud – Identifikator One wet bench and four fumehoods for cleanrooms at DTU - arias gmbh
ID for delkontrakt eller gruppe af delkontrakter LOT-0000
Værdien af tilbuddet 4 054 286,20   DKK
Kontraktoplysninger
Identifikator for kontrakten One wet bench and four fumehoods for cleanrooms at DTU - arias gmbh
Datoen for udvælgelsen af det vindende tilbud 28/01/2025
Dato for indgåelse af kontrakten 17/02/2025
Organisation, der underskriver kontrakten Danmarks Tekniske Universitet - DTU
6.1.4.
Statistiske oplysninger
Modtagne tilbud og ansøgninger om deltagelse
Type modtagne indgivelser Tilbud
Antal modtagne tilbud og ansøgninger om deltagelse 3
8. Organisationer
8.1.
ORG-0001
Officielt navn Danmarks Tekniske Universitet - DTU
Registreringsnummer 30060946
Postadresse Anker Engelunds Vej 1
By Kgs. Lyngby
Postnummer 2800
Landsdel (NUTS) Københavns omegn   ( DK012 )
Land Danmark
Enhed Marianne Dauding
E-mail mardau@dtu.dk
Telefon +45 33344398
Internetadresse https://www.dtu.dk/
Denne organisations roller
Køber
Organisation, der leverer supplerende oplysninger om udbudsproceduren
Organisation, der sikrer adgang til udbudsdokumenterne offline
Organisation, der underskriver kontrakten
8.1.
ORG-0002
Officielt navn Klagenævnet for Udbud
Registreringsnummer 37795526
Postadresse Nævnenes hus, Toldboden 2
By Viborg
Postnummer 8800
Landsdel (NUTS) Østjylland   ( DK042 )
Land Danmark
E-mail klfu@erst.dk
Telefon +45 35291000
Internetadresse http://www.klfu.dk
Denne organisations roller
Organisation med ansvar for klager
8.1.
ORG-0003
Officielt navn Konkurrence- og Forbrugerstyrelsen
Registreringsnummer 10294819
Postadresse Carl Jacobsens Vej 35
By Valby
Postnummer 2500
Landsdel (NUTS) Byen København   ( DK011 )
Land Danmark
E-mail kfst@kfst.dk
Telefon +45 41715000
Internetadresse http://www.kfst.dk
Denne organisations roller
Organisation, der leverer oplysninger om den generelle lovgivningsramme angånde skatter på det sted, hvor kontrakten skal udføres
8.1.
ORG-0004
Officielt navn Arias gmbh
Registreringsnummer DE124888364
Postadresse Am Winkelstück 12
By Schwerte
Postnummer 58239
Landsdel (NUTS) Stuttgart, Stadtkreis   ( DE111 )
Land Tyskland
E-mail issel@arias.de
Telefon +49 2304971120
Denne organisations roller
Tilbudsgiver
Vinder af disse delkontrakter LOT-0000
8.1.
ORG-0005
Officielt navn Mercell Holding ASA
Registreringsnummer 980921565
Postadresse Askekroken 11
By Oslo
Postnummer 0277
Landsdel (NUTS) Oslo   ( NO081 )
Land Norge
Enhed eSender
Telefon +47 21018800
Fax +47 21018801
Internetadresse http://mercell.com/
Denne organisations roller
TED eSender
Oplysninger om bekendtgørelsen
Bekendtgørelsens ID b741ed30-720d-4f12-b564-c7e7d914aec1   -   01
Formulartype Resultater
Bekendtgørelsestype Bekendtgørelse om indgåede kontrakter eller koncessionstildeling – standardordningen
Bekendtgørelsesundertype 29
Afsendelsesdato for bekendtgørelsen 11/03/2025   15:09:51 (UTC)
Dato for afsendelse af bekendtgørelsen (eSender) 11/03/2025   16:00:36 (UTC)
Bekendtgørelsens officielle sprog dansk
Bekendtgørelsesnummer 163938-2025
EUT-S-nummer 51/2025
Offentliggørelsesdato 13/03/2025

Send til en kollega

0.047