23948sdkhjf

Fakta om udbudet

EU-nr
2020/S 124-303279
Offentliggjort
30.06.2020
Udbudstype
Offentligt udbud

Udbyder

Danmarks Tekniske Universitet — DTU

Vindere

MALDI Mass Spectrometer Capable of Imaging

(26.10.2020)
Bruker Nordic AB
Vallgatan 5
17067 Solna

A Mass Spectrometer with Ion-mobility Capable of Imaging (MSI) and Electrospray Ionisation (ESI)


Danmarks Tekniske Universitet — DTU

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Danmarks Tekniske Universitet — DTU
National registration number: 30060946
Postal address: Anker Engelunds Vej 1
Town: Kgs. Lyngby
NUTS code: DK01 Hovedstaden
Postal code: 2800
Country: Denmark
Contact person: Katrine Freiesleben Petersen
E-mail: kafre@dtu.dk
Telephone: +45 45252525

Internet address(es):

Main address: http://www.dtu.dk

Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/165863

I.2) Information about 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=271462&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=271462&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:

A Mass Spectrometer with Ion-mobility Capable of Imaging (MSI) and Electrospray Ionisation (ESI)

II.1.2) Main CPV code
38433100 Mass spectrometer
II.1.3) Type of contract
Supplies
II.1.4) Short description:

DTU requires a mass spectrometer (MS) with ion mobility and capable of mass spectrometry imaging (MSI), as well as electrospray ionisation (ESI). The MS that is required must be capable of acquiring MSI data at a very small spatial resolution as the primary application of the MS will be in the detection of secondary metabolites produced by microorganisms. The MS needs to have a relatively high mass resolution that is independent of acquisition rate, as the primary application for the MS will be in the detection of secondary metabolites in chemically complex samples with the purpose of undertaking non-targeted multivariate metabolomics studies. The predominant application of the MS will be in non-targeted metabolomics (either in MSI, or ESI), and therefore the required MS must produce high quality data in data independent acquisition with high sensitivity, at the same time maximising molecular feature information quality. See more in the document ‘Instructions to tenderers’.

II.1.5) Estimated total value
Value excluding VAT: 6 500 000.00 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)
38430000 Detection and analysis apparatus
38432000 Analysis apparatus
38434560 Chemistry analyser
II.2.3) Place of performance
NUTS code: DK01 Hovedstaden
Main site or place of performance:

Kgs. Lyngby.

II.2.4) Description of the procurement:

The DTU Department of Bioengineering requires a mass spectrometer (MS) with ion mobility and capable of mass spectrometry imaging (MSI), as well as electrospray ionisation (ESI). The MS that is required must be capable of acquiring MSI data at a very small spatial resolution as the primary application of the MS will be in the detection of secondary metabolites produced by microorganisms. The MS needs to have a relatively high mass resolution that is independent of acquisition rate, as the primary application for the MS will be in the detection of secondary metabolites in chemically complex samples with the purpose of undertaking non-targeted multivariate metabolomics studies. The predominant application of the MS will be in non-targeted metabolomics (either in MSI, or ESI), and therefore the required MS must produce high quality data in data independent acquisition with high sensitivity, at the same time maximising molecular feature information quality. Required molecular feature information in data independent.

Acquisition includes collisional cross section (CCS) values for precursor ions, fragmentation spectra, and accurate mass of precursor and product ions.

The MS will become part of a metabolomics platform within the Bioengineering Department at the Technical University of Denmark, and therefore, the MS will have a wide variety of users, and data acquired from this MS will be used in teaching settings. To this effect, the required MS must be user friendly, and must be accompanied by a reasonable solution to providing multiple students, short term access to data analysis software.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality and functionality / Weighting: 70 %
Price - Weighting: 30 %
II.2.6) Estimated value
Value excluding VAT: 6 500 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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: yes
Description of options:

Service option 1: DTU would like an option of an extended service agreement. The tenderer should provide and option for a 1 year full service agreement.

Service option 2: DTU would like an option of an extended service agreement. The tenderer should provide and option for 4 years extended full service agreement.

Preventative maintenance option 1: DTU would like an option of a preventative maintenance agreement. The tenderer should provide an option for an additional 1 year of preventative maintenance services.

Preventative maintenance option 2: DTU would like an option of a preventative maintenance agreement. The tenderer should provide and option for an additional 4 years of preventative maintenance services.

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
Minimum level(s) of standards possibly required:

To be sure the tenderer possess the necessary level for economic and financial standing, it’s a requirement, that the tenderer by 1 June 2020 has a minimum equity of DKK 1 000 000.00.

If the tenderer can’t state the required figure for economic and financial standing, the tenderer can document their economic and financial standing by sending an on-demand guarantee with a value of DKK 1 000 000.00.

If the tenderer cannot comply with the requirement, the tenderer can rely on the capacities of other entities or establish a consortium.

III.1.3) Technical and professional ability
Minimum level(s) of standards possibly required:

To be sure the tenderer possess the necessary level of technical and professional ability, it’s a requirement, that the tenderer as a minimum give 3 references for comparable agreements.

Comparable agreements shall mean agreements with a value of at least DKK 2 000 000.00 regarding delivery of a mass spectrometer. The agreement the reference is referring to can’t be more than 3 year olds, counted from the date of delivery of the mass spectrometer.

If the tenderer is unable to fulfil the requirement, the tenderer can rely on the capacities of other entities or make a consortium.

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: 05/08/2020
Local time: 14:00
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: 05/08/2020
Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
Postal address: Nævnenes hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@erst.dk
Telephone: +45 35291000

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:

Complaint regarding the award of contract:

Complaint regarding the award of contract must be submitted no later than 45 calendar days from the date after the contracting authority has published a contract award notice in the European Union Official Journal informing that the contracting authority has awarded the contract, cf. lov om Klagenævnet for Udbud § 7, section 2, no 1.

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000

Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
26/06/2020

Send til en kollega

0.046