Spectrometers for thermal radiation emission measurements

Spectrometers for thermal radiation emission measurements. For further information, see separate documents (as attachment files at the Tarjouspalvelu service at https://tarjouspalvelu.fi/aalto). UV-Vis-NIR spectrometers. For further information, see separate documents (as attachment files at the Tarjouspalvelu service at https://tarjouspalvelu.fi/aalto). MIR spectrometer. For further information, see separate documents (as attachment files at …

CPV: 38000000 Attrezzature da laboratorio, ottiche e di precisione (escluso vetri)
Scadenza:
Venerdì 27 Giugno 2025 12:00
Tipo di scadenza:
Presentazione di un'offerta
Luogo di esecuzione:
Spectrometers for thermal radiation emission measurements
Ente di assegnazione:
Aalto University Foundation sr
Numero di premio:
D/3420/01.01.04.00/2025

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Spectrometers for thermal radiation emission measurements
Description : Spectrometers for thermal radiation emission measurements. For further information, see separate documents (as attachment files at the Tarjouspalvelu service at https://tarjouspalvelu.fi/aalto).
Procedure identifier : 01797329-068a-4f2b-9cfd-11b870d3da20
Internal identifier : D/3420/01.01.04.00/2025
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 ): 38000000 Laboratory, optical and precision equipments (excl. glasses)

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.
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-0001

Title : UV-Vis-NIR spectrometers
Description : UV-Vis-NIR spectrometers. For further information, see separate documents (as attachment files at the Tarjouspalvelu service at https://tarjouspalvelu.fi/aalto).
Internal identifier : System 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)

5.1.2 Place of performance

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

5.1.3 Estimated duration

Other duration : Unknown

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) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirement
Description : The contracting entity reserves the right not to take into account tenders from tenderers whose country of establishment is outside of the EU: 1) are not a party of WTO’s Agreement on Government Procurement (GPA), or 2) do not have a bilateral agreement of government procurements with the EU. The contracting entity has the right to exclude such a tenderer that itself or its subcontractor is burdened by sanctions imposed by the EU or the UN. The contracting entity has the right to exclude such a tender to which an entity as defined in Article 5k(1) of Council Regulation (EU) No 833/2014, is party to.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : The tenderer is enrolled in the relevant trade registers kept in the Member State of its establishment: It is enrolled in relevant professional registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Description : The tenderer intends possibly to subcontract a proportion (i.e. percentage) of the contract.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price
Category of award weight criterion : Fixed value (total)
Award criterion number : 1
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 : 16/06/2025 12:00 +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 : 27/06/2025 12:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 14/07/2025 05:00 +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

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus -

5.1 Lot technical ID : LOT-0002

Title : MIR spectrometer
Description : MIR spectrometer. For further information, see separate documents (as attachment files at the Tarjouspalvelu service at https://tarjouspalvelu.fi/aalto).
Internal identifier : System 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)

5.1.2 Place of performance

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

5.1.3 Estimated duration

Other duration : Unknown

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) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirement
Description : The contracting entity reserves the right not to take into account tenders from tenderers whose country of establishment is outside of the EU: 1) are not a party of WTO’s Agreement on Government Procurement (GPA), or 2) do not have a bilateral agreement of government procurements with the EU. The contracting entity has the right to exclude such a tenderer that itself or its subcontractor is burdened by sanctions imposed by the EU or the UN. The contracting entity has the right to exclude such a tender to which an entity as defined in Article 5k(1) of Council Regulation (EU) No 833/2014, is party to.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : The tenderer is enrolled in the relevant trade registers kept in the Member State of its establishment: It is enrolled in relevant professional registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Description : The economic operator intends possibly to subcontract a proportion (i.e. percentage) of the contract.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price
Category of award weight criterion : Fixed value (total)
Award criterion number : 2
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 : 16/06/2025 12:00 +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 : 27/06/2025 12:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 14/07/2025 05:00 +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

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus -

8. Organisations

8.1 ORG-0001

Official name : Aalto University Foundation sr
Registration number : 2228357-4
Town : AALTO
Postcode : 00076
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Registry
Telephone : +358 947001
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

10. Change

Version of the previous notice to be changed : f87a5539-a54d-47c3-8b77-21740dfed0dc-01
Main reason for change : Information updated
Description : Included the General Terms of Public Procurement in Supply Contracts, JYSE 2014 SUPPLIES (Updated version, April 2022) in the attachments.
Notice information
Notice identifier/version : 16ffc469-7e90-45f5-9b6a-97261324795c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/05/2025 09:14 +00:00
Notice dispatch date (eSender) : 26/05/2025 09:14 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00340304-2025
OJ S issue number : 101/2025
Publication date : 27/05/2025