XRD Instrument

NTNU intends to procure a state-of-the-art routine X-ray diffraction instrument at the RECX national infrastructure facility. The new instrument will replace a 10-year-old system that currently supports approximately 130 users annually. The instrument should be robust and offer several modes including powder and grazing incidence diffraction and other techniques all …

CPV: 38000000 Laboratoriuminstrumenten, optische en precisie-instrumenten (uitgezonderd brillen), 38530000 Diffractieapparatuur
Deadline:
20 november 2025 11:00
Soort termijn:
Indiening van een bod
Plaats van uitvoering:
XRD Instrument
Toekennende instantie:
NTNU
Gunningsnummer:
ANSK-25-0200

1. Buyer

1.1 Buyer

Official name : NTNU
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : XRD Instrument
Description : NTNU intends to procure a state-of-the-art routine X-ray diffraction instrument at the RECX national infrastructure facility. The new instrument will replace a 10-year-old system that currently supports approximately 130 users annually. The instrument should be robust and offer several modes including powder and grazing incidence diffraction and other techniques all with fully automated control.
Procedure identifier : caa37fab-c154-4f27-b273-7aca8dbc28a4
Internal identifier : ANSK-25-0200
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 38530000 Diffraction apparatus

2.1.2 Place of performance

Anywhere in the European Economic Area

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD), Notice, Procurement Document
Corruption : Has 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 been the subject of a conviction by final judgement for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the convictions to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator. "
Fraud : Has 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 been the subject of a conviction by final judgement for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the convictions to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Money laundering or terrorist financing : Has 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 been the subject of a conviction by final judgement 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 convictions continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Participation in a criminal organisation : Has 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 been the subject of a conviction by final judgement 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? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Terrorist offences or offences linked to terrorist activities : Has 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 been the subject of a conviction by final judgement for terrorist offences or offences linked to terrorist activities, by conviction rendered at the most five years ago or in which an exclusion period set out directly in the convictions continues to be applicable? As defined in Articles 1 and 3 of council framework decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
Child labour and including other forms of trafficking in human beings : Has 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 been the subject of a conviction by final judgement 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? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
Grave professional misconduct : Is the economic operator guilty of digging professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator 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?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator 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 : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Early termination, damages, or other comparable sanctions : Has the economic operator 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 obligation relating to payment of social security contributions : Has the economic operator breached its obligations related 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?
Breaching obligation relating to payment of taxes : Has the economic operator breached its obligations related 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?
Business activities are suspended : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Arrangement with creditors : Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator : Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : XRD Instrument
Description : NTNU intends to procure a state-of-the-art routine X-ray diffraction instrument at the RECX national infrastructure facility. The new instrument will replace a 10-year-old system that currently supports approximately 130 users annually. The instrument should be robust and offer several modes including powder and grazing incidence diffraction and other techniques all with fully automated control.
Internal identifier : ANSK-25-0200

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 38530000 Diffraction apparatus

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Duration : 10 Year

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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice, Procurement Document
Criterion : Enrolment in a relevant professional register
Description : Documentation: The supplier must be registered in a company register, professional register, or trade register in the country where the supplier is established.
Criterion : Financial ratio
Description : Documentation requirement: This must be documented by credit rating from an authorised credit rating company.
Criterion : References on specified deliveries
Description : Documentation requirement :P lease describe a relevant project from the resent years.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Documentation requirement: Certificate of compliance with a national or international environmental management system standard, or a statement describing equivalent environmental management/measures within the company.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Documentation requirement: Certificate of compliance with a national or international quality management system standard, or a statement describing equivalent quality management/measures within the company.

5.1.11 Procurement documents

Deadline for requesting additional information : 04/11/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=72896

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Allowed
Deadline for receipt of tenders : 20/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 20/11/2025 11:01 +00:00
Place : Trondheim
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
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 : Trøndelag Tingrett
Information about review deadlines : N/A

8. Organisations

8.1 ORG-0001

Official name : NTNU
Registration number : 974767880
Department : Seksjon for anskaffelser og innkjøp
Postal address : Høyskoleringen 1
Town : Trondheim
Postcode : 7491
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Cato Giske
Telephone : 47 73 59 80 80
Internet address : http://www.ntnu.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Trøndelag Tingrett
Registration number : 926 722 794
Postal address : Postboks 2317 Torgarden
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 73 54 24 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : d18e461d-29b6-45ee-84fe-7dd8dbd80a0b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/10/2025 13:34 +00:00
Notice dispatch date (eSender) : 21/10/2025 13:46 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00699159-2025
OJ S issue number : 204/2025
Publication date : 23/10/2025