23948sdkhjf

Fakta om udbudet

EU-nr
2017/S 179-366022
Offentliggjort
19.09.2017
Udbudstype
Offentligt udbud

Indlevering af tilbud

Til
16.10.2017 Kl. 13:00

Addresse
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=193304&B=DTU

Udbyder

Danmarks Tekniske Universitet / Technical University of Denmark

Vindere

Valgt firma

(17.01.2018)
IAC Acoustics A/S
Hvidovre

Anechoic room for the Danish National Wind Tunnel


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
Anker Engelunds Vej 1
Kongens Lyngby
2800
Denmark
Contact person: Johanne Liv Pedersen
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=193304&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=193304&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:

 

Anechoic room for the Danish National Wind Tunnel.

 

II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

 

The Danish National Wind Tunnel is at the moment being established in Denmark at DTU Risoe Campus close to Roskilde dedicated for wind energy purposes. The wind tunnel has a cross sectional area of the test section of 2 m * 3 m with a maximum flow speed of 105 m/s and a turbulence intensity of below 0.1 %. The wind tunnel is dedicated to measurements on blade sections for wind turbine blades. Customers in the tunnel will be wind turbine manufacturers, but could also be the industry that needs the support from wind engineering such as bridge cables and houses. Acoustic measurements are very important and will be a key element in the tunnel. This tender comprises the establishment of the anechoic chamber surrounding the test section. The anechoic chamber has to be designed for free field condition down to 100 Hz.

 

II.1.5) Estimated total value
Value excluding VAT: 2 000 000.00 DKK
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)
45000000
45214620
II.2.3) Place of performance
NUTS code: DK02
Main site or place of performance:

 

DTU Risø.

 

II.2.4) Description of the procurement:

 

The acquisition is described in detail in the procurement documents.

 

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality and functionality / Weighting: 60 %
Price - Weighting: 40 %
II.2.6) Estimated value
Value excluding VAT: 2 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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: no
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 preliminary evidence confirming that the candidate fulfils the minimum requirement stated below.

A list of the most important similar deliveries carried out over the past three 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).

 

Minimum level(s) of standards possibly required:

 

The tenderer must give references for comparable contracts, including experience with design, construction and testing of similar acoustic facilities. The supplier must provide references and contact details for at least two projects with acoustic facilities and cannot be more than five years old.

 

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: 16/10/2017
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: 16/10/2017
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:

 

In accordance with the Danish Act on Public Procurement (act No 1564 of 15.12.2015 — available at www.retsinformation.dk) § 148 DTU must demand that the tenderers completes the European Single Procurement Document as preliminary evidence that the candidate fulfils the requirements listed in § 148(1) of the said Act as well as the technical minimum requirements.

The tenderers must use the electronic version of the European Single Procurement Document (eESPD) available at

https://ec.europa.eu/growth/tools-databases/espd/welcome

On this website the xml-file available at the URL adress in section I.3) must be imported and completed. No other versions of the European Single Procurement Document than the eESPD should be used.

A tenderer participating alone and who does not rely on the capacity of other entities to fulfil the criteria for choosing the limited number of tenderers shall only complete one European Single Procurement Document.

Please note that in relation to section III.1.3, a tenderer may rely on the capacities of other entities (e.g. a parent or sister company or a subsupplier), regardless of the legal nature of the links between them. In this case, the tenderer shall ensure that DTU receives his own European Single Procurement Document together with a separate European Single Procurement Document with the relevant information for each of the entities that the tenderer relies on. Additionally, where the tenderer wants to rely on the capacities of other entities, the tenderer shall prove to DTU that it will have at its disposal the resources necessary, for example, by producing a commitment or other documentation from those entities confirming their legal obligation to provide the necessary resources for the duration of the contract, e.g. by completing the form for submission of commitment.

DTU demands that the tenderer and each of the legal entities whose capacities the candidate relies on undertake joint and several liability for the performance of the contract.

When groups of entities, including temporary joint ventures, participate in the tender procedure together, each of the participating entities must complete a separate European Single Procurement Document with the information required in section II-IV.

Prior to decision on award of the contract documentation for the information stated in the European Single Procurement Document must be produced, cf. §§ 151-155 of the said Act. DTU further reserves the right to at any stage of the tender procedure to request a tenderer to submit documentation, if this is required to secure that the procedure is conducted correctly. In this situation DTU will set an appropriate time limit for submission of the documentation.

DTU shall exclude a tenderer from participation in the tender procedure, if the tenderer is subject to one of the mandatory exclusion grounds in §§ 135 and 136 of the said Act. The tenderer shall submit information in this respect in the European Single Procurement Document.

 

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:
15/09/2017

Send til en kollega

0.047