Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Dynamic Purchasing System Regarding the Purchase of Research and Laboratory Equipment
II.1.2)Main CPV code38000000 Laboratory, optical and precision equipments (excl. glasses)
II.1.3)Type of contractSupplies
II.1.4)Short description:
The pre-qualification specifications include a summary of the creation of SDU's Dynamic Purchasing System regarding the purchase of research and laboratory equipment including the conditions for applying for admission to the system.
The Dynamic Purchasing System is divided into 7 categories, for which the applicants who meet the qualification requirements are pre-qualified, and in which the specific procurements are carried out:
• autoclaves;
• cooling and freezing storage solutions;
• electrical measuring and testing equipment;
• environmental control equipment;
• incubators;
• microscopes;
• physical and chemical analysis equipment.
Period purchase agreements can be used in connection with awards on the Dynamic Purchasing System. In this connection, it may be a requirement that the supplier can integrate with the Customer's e-commerce system in force at any time.
Tender is handled by Mercell Sourcing Services, use https://permalink.mercell.com/152870203.aspx
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.2)Additional CPV code(s)33000000 Medical equipments, pharmaceuticals and personal care products
33191000 Sterilisation, disinfection and hygiene devices
33191100 Steriliser
33191110 Autoclaves
II.2.3)Place of performanceNUTS code: DK03 Syddanmark
II.2.4)Description of the procurement:
For example but not limited to:
• manual autoclaves;
• automatic autoclaves;
• dry/wet autoclaving;
• other autoclaves;
• accessories for autoclaves.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 50-80 %
Price - Weighting: 20-50 %
II.2.6)Estimated valueValue excluding VAT: 4 000 000.00 DKK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 120
This contract is subject to renewal: yes
Description of renewals:
Extensions are decided at the latest when there is a 6-month term left by the system.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:
All applicants who meet the qualification requirements will be admitted to the system.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
2) Cooling and Freezing Storage Solutions
Lot No: 2
II.2.2)Additional CPV code(s)39711120 Freezers
39711121 Chest-type freezers
39711123 Upright-type freezers
42513100 Freezing equipment
II.2.3)Place of performanceNUTS code: DK03 Syddanmark
II.2.4)Description of the procurement:
For example but not limited to:
• refrigerator with air exhaust;
• freezers from -40 ºC to -120 ºC,
• freezers -140 and -150 degrees;
• pharmaceutical refrigerators;
• nitrogen freezers;
• freezers/refrigerators with alarms;
• other cooling and freezing storage solutions for laboratory and research use accessories for cooling and freezing storage equipment.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 50-80 %
Price - Weighting: 20-50 %
II.2.6)Estimated valueValue excluding VAT: 6 500 000.00 DKK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 120
This contract is subject to renewal: yes
Description of renewals:
Extensions are decided at the latest when there is a 6-month term left by the system.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:
All Applicants who meet the qualification requirements will be admitted to the system.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
3) Electrical Measuring and Testing Equipment
Lot No: 3
II.2.2)Additional CPV code(s)38300000 Measuring instruments
38341100 Electron-beam recorders
38341300 Instruments for measuring electrical quantities
38342000 Oscilloscopes
38433300 Spectrum analyser
38434200 Sound-measuring equipment
II.2.3)Place of performanceNUTS code: DK03 Syddanmark
II.2.4)Description of the procurement:
For example but not limited to:
• oscilloscopes;
• osmometers;
• potentiometers;
• radiation monitors;
• electron beam cameras;
• sound meters;
• infrared measuring equipment;
• powermeter;
• signal sources and generators;
• electric switchboards;
• power supplies;
• spectrum analysers;
• rensile testers.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 50-80 %
Price - Weighting: 20-50 %
II.2.6)Estimated valueValue excluding VAT: 5 000 000.00 DKK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 120
This contract is subject to renewal: yes
Description of renewals:
Extensions are decided at the latest when there is a 6-month term left by the system.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:
All Applicants who meet the qualification requirements will be admitted to the system.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
4) Environmental Control Equipment
Lot No: 4
II.2.2)Additional CPV code(s)38500000 Checking and testing apparatus
38540000 Machines and apparatus for testing and measuring
II.2.3)Place of performanceNUTS code: DK03 Syddanmark
II.2.4)Description of the procurement:
For example but not limited to:
• glove boxes;
• anaerobic chambers;
• LAF benches;
• other types of environmental control equipment;
• accessories for environmental control equipment.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 50-80 %
Price - Weighting: 20-50 %
II.2.6)Estimated valueValue excluding VAT: 6 500 000.00 DKK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 120
This contract is subject to renewal: yes
Description of renewals:
Extensions are decided at the latest when there is a 6-month term left by the system.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:
All applicants who meet the qualification requirements will be admitted to the system.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)38436300 Incubating shakers
38500000 Checking and testing apparatus
38540000 Machines and apparatus for testing and measuring
II.2.3)Place of performanceNUTS code: DK03 Syddanmark
II.2.4)Description of the procurement:
For example but not limited to:
• CO2 incubators;
• N2 incubators;
• general purpose;
• refrigerated;
• hybridisation;
• shaking;
• climate chambers;
• other types of incubators;
• accessories for incubators.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 50-80 %
Price - Weighting: 20-50 %
II.2.6)Estimated valueValue excluding VAT: 5 000 000.00 DKK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 120
This contract is subject to renewal: yes
Description of renewals:
Extensions are decided at the latest when there is a 6-month term left by the system.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:
All applicants who meet the qualification requirements will be admitted to the system.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)38500000 Checking and testing apparatus
38510000 Microscopes
38515000 Fluorescent and polarising microscopes
38516000 Monocular and/or binocular light compound microscopes
38518000 Wide field, stereo or dissecting light microscopes
38519000 Miscellaneous compounds for microscopes
38519100 Illuminators for microscopes
38519200 Microscope objectives
38519300 Photo or video attachments for microscopes
II.2.3)Place of performanceNUTS code: DK03 Syddanmark
II.2.4)Description of the procurement:
For example but not limited to:
• fluorescence microscopes;
• electron microscopes;
• conforcale microscopes;
• laser scanning microscopes;
• stereomicroscopes;
• polarised light microscopes;
• climate chambers for microscopes;
• confocal Raman microscopes;
• stimulated Raman scattering microscopy;
• coherent anti-Stokes Raman scattering microscopy;
• microscopes for supper resolution including:
• stimulated emission depletion microscopy;
• structured illumination microscopy;
• Storm microscopy;
• spinning disk confocal microscopes;
• other advanced microscopes for research purposes;
• accessories for advanced microscopes.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 50-80 %
Price - Weighting: 20-50 %
II.2.6)Estimated valueValue excluding VAT: 10 000 000.00 DKK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 120
This contract is subject to renewal: yes
Description of renewals:
Extensions are decided at the latest when there is a 6-month term left by the system.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:
All applicants who meet the qualification requirements will be admitted to the system.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
7) Physical and Chemical Analysis Equipment
Lot No: 7
II.2.2)Additional CPV code(s)38430000 Detection and analysis apparatus
38432200 Chromatographs
38432210 Gas chromatographs
38433000 Spectrometers
38433100 Mass spectrometer
II.2.3)Place of performanceNUTS code: DK03 Syddanmark
II.2.4)Description of the procurement:
For example but not limited to:
• IC- Ion Chromatography;
• GC - gas chromatography;
• CE - capillary electrophoresis instruments;
• SFC - supercritical fluid chromatography;
• LC - liquid chromatography (HPLC, UHPLC, nano-LC and preparative HPLC;
• GPC - SEC;
• other chromatography solutions;
• accessories for chromatography;
• MALDI mass spectrometry (MS) instruments;
• Electrospray ionization (ESI) mass spectrometry instruments;
• ICP- MS systems;
• TOF-MS systems;
• ion Trap MS instruments;
• orbitrap and ion cyclotron resonance (FT-MS) instruments;
• CyTOF spectrometry and similar systems;
• ion mobility spectrometry (IMS) systems;
• tandem mass spectrometry systems (MS/MS);
• hybrid tandem mass spectrometry systems (e.g. Q-TOF, Q-Orbitrap, IMS-MS, etc.);
• mass spectrometry imaging (MSI) systems (MALDI, DESI, etc.);
• hyphenated liquid chromatography — mass spectrometry systems (LC-MS);
• hyphenated gas chromatography — mass spectrometry systems (GC-MS);
• hyphenated capillary electrophoresis-mass spectrometry (CE-MS);
• accessories for mass spectrometry, including software and hardware;
• IR-MS systems;
• LC-NMR-MS systems;
• other types of ionization and mass spectrometry solutions/configurations;
• nuclear magnetic resonance (NMR) spectrometers;
• electron spin resonance (ESR)/ Electron paramagnetic resonance (EPR) spectrometers;
• NIR;
• FTIR;
• atomic absorption spectroscopy (AAS);
• single crystal X-ray diffractometers;
• powder X-ray diffractometers;
• ICP-OES;
• MP-AES — Microwave Plasma — Atomic Emission Spectrometry;
• Direct Mercury Analyzers (DMA);
• Raman spectrometer;
• dynamic light scattering (Size measurement);
• advanced plate reader (multiple detection mode or monochromator);
• UV-VIS spectrophotometer;
• other types of spectroscopy instruments;
• accessories for spectroscopy.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 50-80 %
Price - Weighting: 20-50 %
II.2.6)Estimated valueValue excluding VAT: 25 000 000.00 DKK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 120
This contract is subject to renewal: yes
Description of renewals:
Extensions are decided at the latest when there is a 6-month term left by the system.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:
All applicants who meet the qualification requirements will be admitted to the system.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information