High-speed Super-resolution Light Microscope with Structured Illumination (SIM) and Single Molecule Localization (SMLM)

We ask tenders for advanced super-resolution light microscopy system capable of sub-diffraction limited high-dynamic imaging of live samples in 3D. System must have both Structured Illumination Microscopy (SIM) and Total Internal Reflection (TIRF)/ Single Molecule Localization Microscopy (SMLM) modalities. Instrumentation will be acquired to the Biomedicum Imaging Unit, imaging core …

CPV: 38510000 Microscopios
Plazo:
2 de octubre de 2024 a las 11:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
High-speed Super-resolution Light Microscope with Structured Illumination (SIM) and Single Molecule Localization (SMLM)
Organismo adjudicador:
University of Helsinki
Número de premio:
522405

1. Buyer

1.1 Buyer

Official name : University of Helsinki
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : High-speed Super-resolution Light Microscope with Structured Illumination (SIM) and Single Molecule Localization (SMLM)
Description : We ask tenders for advanced super-resolution light microscopy system capable of sub-diffraction limited high-dynamic imaging of live samples in 3D. System must have both Structured Illumination Microscopy (SIM) and Total Internal Reflection (TIRF)/ Single Molecule Localization Microscopy (SMLM) modalities. Instrumentation will be acquired to the Biomedicum Imaging Unit, imaging core facility within the University of Helsinki. Maximum price of system is 755 000 € (VAT 0 %), including shipping, installation, user training, and insurance until final acceptance of instrument. System must be delivered and installed within 14 weeks from purchase order date. In addition, we ask annual preventative maintenance contract for total 5 years after warranty period as an option. Price per year after warranty period shall be indicated and total price over five years given (for the evaluation). The buyer reserves the right to decide at the end of each yearly period whether to accept the option of continuing the service contract for another year (up to maximum five years) at tendered price.
Procedure identifier : d59073ba-0fcd-44ca-9e9f-edbb7778f936
Internal identifier : 522405
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38510000 Microscopes

2.1.2 Place of performance

Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : The economic operator is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.
Bankruptcy : The economic operator is bankrupt.
Corruption : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Arrangement with creditors : The economic operator is in arrangement with creditors.
Participation in a criminal organisation : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Agreements with other economic operators aimed at distorting competition : The economic operator has entered into agreements with other economic operators aimed at distorting competition.
Breaching of obligations in the fields of environmental law : The economic operator has breached its obligations in the field of environmental law.
Money laundering or terrorist financing : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Fraud : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Child labour and other forms of trafficking in human beings : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Insolvency : The economic operator is the subject of insolvency or winding-up.
Breaching of obligations in the fields of labour law : The economic operator has breached its obligations in the field of labour law.
Assets being administered by liquidator : The assets of the economic operator are being administered by a liquidator or by the court.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : The economic operator can confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award.
Purely national exclusion grounds : Any person who is a member of the economic operator’s administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for work safety offence, working hours offence, work discrimination, extortionate work discrimination, violation of the right to organise or unauthorised use of foreign labour.
Conflict of interest due to its participation in the procurement procedure : The economic operator is aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure.
Direct or indirect involvement in the preparation of this procurement procedure : The economic operator or an undertaking related to it has advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure.
Guilty of grave professional misconduct : The economic operator is guilty of grave professional misconduct.
Early termination, damages or other comparable sanctions : The economic operator has experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract.
Breaching of obligations in the fields of social law : The economic operator has breached its obligations in the field of social law.
Payment of social security contributions : The economic operator has breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Business activities are suspended : The business activities of the economic operator are suspended.
Payment of taxes : The economic operator has breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Terrorist offences or offences linked to terrorist activities : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : High-speed Super-resolution Light Microscope with Structured Illumination (SIM) and Single Molecule Localization (SMLM)
Description : We ask tenders for advanced super-resolution light microscopy system capable of sub-diffraction limited high-dynamic imaging of live samples in 3D. System must have both Structured Illumination Microscopy (SIM) and Total Internal Reflection (TIRF)/ Single Molecule Localization Microscopy (SMLM) modalities. Instrumentation will be acquired to the Biomedicum Imaging Unit, imaging core facility within the University of Helsinki. Maximum price of system is 755 000 € (VAT 0 %), including shipping, installation, user training, and insurance until final acceptance of instrument. System must be delivered and installed within 14 weeks from purchase order date. In addition, we ask annual preventative maintenance contract for total 5 years after warranty period as an option. Price per year after warranty period shall be indicated and total price over five years given (for the evaluation). The buyer reserves the right to decide at the end of each yearly period whether to accept the option of continuing the service contract for another year (up to maximum five years) at tendered price.
Internal identifier : 751233

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38510000 Microscopes

5.1.2 Place of performance

Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Vertailuhinta
Description : Vertailuhinta 50 pistettä jakautuu laitteiston hinnalle 90% ja optiona pyydettävälle huoltosopimuksen 5 vuoden hinnalle 10%.
Weight (points, exact) : 50
Criterion :
Type : Quality
Name : Laadulliset arviointikriteerit
Description : laadulliset arviointikriteerit yht. 50 pistettä
Weight (points, exact) : 50
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 20/09/2024 09:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 02/10/2024 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 02/10/2024 11:01 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus
TED eSender : Hansel Oy (Hilma)

8. Organisations

8.1 ORG-0001

Official name : University of Helsinki
Registration number : 0313471-7
Postal address : Yliopistonkatu 3
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Hankinnat
Telephone : +358 294150719
Internet address : https://www.helsinki.fi/en
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Markkinaoikeus
Registration number : 3006157-6
Postal address : Radanrakentajantie 5
Town : Helsinki
Postcode : 00520
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 295643300
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Hansel Oy (Hilma)
Registration number : FI09880841
Postal address : Mannerheiminaukio 1a
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : eSender
Telephone : 029 55 636 30
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : 2edc3a61-d370-4fc3-b726-292bfa78c8ae - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/08/2024 12:27 +00:00
Notice dispatch date (eSender) : 30/08/2024 12:28 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00523776-2024
OJ S issue number : 170/2024
Publication date : 02/09/2024