23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
2022/S 108-305057
Offentliggjort
07.06.2022
Udbudstype
Tildeling af kontrakt uden forudgående offentliggørelse

Udbyder

Aarhus Universitet

Vindere

(07.06.2022)
Thermo Fisher Scientific
Hvidovre

Mass spectrometer and HPLC - 2022-0377832


Aarhus Universitet

Voluntary ex ante transparency notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority/entity

I.1) Name and addresses
Official name: Aarhus Universitet
National registration number: 31119103
Postal address: Nordre Ringgade 1
Town: Aarhus C
NUTS code: DK Danmark
Postal code: 8000
Country: Denmark
Contact person: Jens August Aastrup Munch
E-mail: udbud@au.dk
Telephone: +45 93522562
Internet address(es):
Main address: https://www.au.dk/
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:

Mass spectrometer and HPLC - 2022-0377832

II.1.2) Main CPV code
38000000 Laboratory, optical and precision equipments (excl. glasses)
II.1.3) Type of contract
Supplies
II.1.4) Short description:

We need to purchase a high-performance liquid chromatography (HPLC) system and a mass spectrometer (MS) for a new single-cell proteomic platform at Biomedicine, Aarhus University. This platform is part of the CellX single cell roadmap initiative and aims to provide proteomic analysis at the single-cell level for nationwide users, both in academia and industry. One of the major breakthroughs in performing mass spectrometry-based proteomic analysis at the single-cell level is the SCoPE (single-cell proteomics by mass spectrometry) technique, which we will adopt within our CellX platform.

II.1.6) Information about lots
This contract is divided into lots: no
II.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: 8 500 000.00 DKK
II.2) Description
II.2.3) Place of performance
NUTS code: DK042 Østjylland
II.2.4) Description of the procurement:

Based on these needs and requirements, the system needs to fulfil some mandatory requirements:

For the HPLC system it should:

1. Stably deliver a wide range of flow rates, from 1 nL/min to 100 uL/min, to support various potential workflows and increase flexibility of the system.

2. Tolerate ultra-high pressure (up to 1,500 bar) to enable the use of ultra-long and highly condensed analytical columns, ultimately resulting in ultra-high sensitivity.

3. Be fully compatible with the MS system, can be controlled together with the MS from a single console without the need of additional plugins.

For the MS system it should:

1. Have at least one mass analyzer with ultra-high resolution (a resolution of 120,000 @ m/z 200) that can confidently differentiate the mDa level of mass differences of TMT reporter ions.

2. Have the capacity to do scans at various MS levels (MS1, MS2, and MS3) using an ultra-high resolution mass analyzer. To do this rapidly requires the instrument to have several mass analyzers/chambers to produce and store ions generated at different MS levels.

3. Be able to perform parallel detection; within one minute of analysis time, it should be able to acquire at least 30 full spectra at a resolution of 120,000 @ m/z 200 with one mass analyzer and 1200 data dependent MS/MS scans of the precursors with another mass analyzer.

4. Have the capability to choose precursors for fragmentation in an intelligent manner using sophisticated algorithms, for instance, real-time assessment on the possibility of a MS2 spectrum to yield a valid peptide identification.

5. Have an ion source capable of online gas phase fractionation, thus possesses the ability to get rid of unwanted ions (for instance singly charged ions) and provide orthogonal selectivity to the LC separation.

6. By combination of the aforementioned five points, provide ultra-high sensitivity and allow analysis of ultra-low abundant proteins/peptides (picogram level).

Apart from these mandatory requirements, additional preferred features for the MS include:

1. Having three types of mass analyzers to enable broader applications. For instance, an ultra-high-resolution Orbitrap for accurate m/z measurements, an ion trap for robust and flexible ion production and storage, as well as a quadrupole for both wide and narrow mass selection.

2. Having the capability for different fragmentation modes including CID/HCD/ETD/UVPD, as well as data-dependent MSn (n>3) scans.

3. Being robust, stable, and without need for frequent maintenances. The system should be fully compatible with other instrumentation and data analysis platforms currently operational in the purchaser’s lab infrastructure.

II.2.5) Award criteria
Price
II.2.11) Information about options
Options: no
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 IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below
  • The procurement falls outside the scope of application of the directive
Explanation:

The only system that can fulfill all the mandatory and has many of the preferred features is the Vanquish Neo HPLC coupled with an Orbitrap Eclipse Tribrid mass spectrometer and the FAIMS Pro interface from Thermo Fisher.

IV.1.3) Information about framework agreement
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information

Section V: Award of contract/concession

V.2) Award of contract/concession
V.2.1) Date of contract award decision:
02/06/2022
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor/concessionaire
Official name: Thermo Fisher Scientific
Town: Hvidovre
NUTS code: DK Danmark
Country: Denmark
The contractor/concessionaire will be an SME: yes
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: 8 500 000.00 DKK
V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for udbud
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405708
Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Please contact Aarhus University, if you have a comment about this notice - udbud@au.dk

Following the notification, a standstill period of 10 calendar days will be held in accordance to paragraph 3 of Act No. 593 of 2 June 2016 on the Danish Act on the Complaints Board for public Procurement. This implies that the Contracting Authority cannot sign the Contract with the winning Tenderer before the standstill period has expired.

In case of complaints about tenders or decisions, e.g. award of contracts covered by Section II or III in the Danish Public Procurement Act must be submitted to the Complaints Board for Public Procurement (Klagenævnet for Udbud) within 45 calendar days from the day after the contractor published a notice in the Official Journal on the conclusion of a contract. At the latest concurrently with submission of an appeal to the Complaints Board for Public Procurement, the complaint must inform the Contracting Authority of the alleged infringement, and whether the appeal is to be referred to the board.

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: www.kfst.dk
VI.5) Date of dispatch of this notice:
02/06/2022
Annonce Annonce
BREAKING
{{ article.headline }}
0.062|