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
Offentliggjort
05.11.2024
Udbudstype
Andre

Udbyder

Danmarks Tekniske Universitet - DTU

LCMSMS (uHPLC – triple quadrupole MS system)


Danmarks Tekniske Universitet - DTU

669532-2024 - Result
Denmark – Checking and testing apparatus – LCMSMS (uHPLC – triple quadrupole MS system)
OJ S 215/2024 05/11/2024
Contract or concession award notice – standard regime
Supplies
1. Buyer
1.1.
Buyer
Official name Danmarks Tekniske Universitet - DTU
Email trlod@dtu.dk
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Education
2. Procedure
2.1.
Procedure
Title LCMSMS (uHPLC – triple quadrupole MS system)
Description DTU requires a new liquid chromatograph–mass spectrometer (LC-MS/MS) instrument. The instrument will be used for screening and quantification of small organic compounds (e.g. pesticides, veterinary drug residues, PFAS, nitrosamines) in different food and environmental matrices (meat, fish, sludge, food contact materials, etc.). For some compounds like PFAS and steroids sensitivity is very im-portant. On the other hand the ability to detect many analytes (> 400) with one injection is important for multi-analyte methods like pesticides.
Procedure identifier 7ecf7752-d69c-4fe8-b2b7-59a8ea38985b
Previous notice : 1184b1ad-fcfb-408c-8203-624d7a0aab84-01
Internal identifier 8829
Type of procedure Open
The procedure is accelerated no
2.1.1.
Purpose
Main nature of the contract Supplies
Main classification   ( cpv ): 38500000   Checking and testing apparatus
Additional classification   ( cpv ): 38000000   Laboratory, optical and precision equipments (excl. glasses), 38540000   Machines and apparatus for testing and measuring, 38900000   Miscellaneous evaluation or testing instruments
2.1.2.
Place of performance
Country subdivision (NUTS) Københavns omegn   ( DK012 )
Country Denmark
2.1.3.
Value
Estimated value excluding VAT 362 000,00   EUR
2.1.4.
General information
Call for competition is terminated
Additional information Throughout the term of the Agreement, the Supplier must not be covered by the description in Article 5k of COUNCIL REGULATION (EU) 2022/576 of 8 April 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia's actions destabilising the situation in Ukraine (‘Regulation 2022/576’). Documentation for Information Stated in the ESPD: Upon DTU’s request the Tenderers must document that they are not encompassed by any of the grounds for exclusion stated in the ESPD. If the Tenderer is a consortium, all legal participants in the consortium must document that the consor-tium is not encompassed by any of the grounds for exclusion. If the Tenderer represents a consortium with several legally authorised persons, the Tenderer must complete and submit Appendix A – Consortium Declaration. If the Tender rely on the capacities of other entities, each supportive enterprise must document that they are not encompassed by any of the grounds for exclusion. If the Tenderer relies on the capacities of other entities, each entity must complete and submit Ap-pendix B – Letter of Support. For Danish Tenderers the documentation requirement can be fulfilled by presenting an Official Certifi-cate (Serviceattest) from the Danish Business Authority (Erhvervsstyrelsen), which must be issued no later than 12 months prior to the date where it is presented to DTU. Non-Danish Tenderers must provide: - An extract from a relevant register or a similar document issued by a competent authority, showing that the Tenderer is not encompassed by any of the grounds for exclusion, cf. (the Public Procurement Act) Udbudsloven § 135, sub-section1 (participation in a criminal organi-zation, corruption, bribery, fraud, terrorist or criminal offences linked to terrorist activities, money laundering or terrorist financing and child labour and other forms of human trafficking) and, - A certificate issued by a competent authority showing that the Tenderer is not encompassed by any of the grounds for exclusion, cf. (the Public Procurement Act) Udbudslovens § 135, sub-section 3 (payment of taxes and payment of social security) and § 137, sub-section 1, no. 2 (bankruptcy, insolvency, voluntary arrangement with creditors, analogous situation like bankruptcy under national law, assets being administered by liquidator and business activities are suspended). If requested by DTU, the Tenderers must document – as stated in the ESPD - that they fulfil minimum levels for suitability.
Legal basis
Directive 2014/24/EU
5. Lot
5.1.
Lot LOT-0000
Title : LCMSMS (uHPLC – triple quadrupole MS system)
Description : DTU requires a new liquid chromatograph–mass spectrometer (LC-MS/MS) instrument. The instrument will be used for screening and quantification of small organic compounds (e.g. pesticides, veterinary drug residues, PFAS, nitrosamines) in different food and environmental matrices (meat, fish, sludge, food contact materials, etc.). For some compounds like PFAS and steroids sensitivity is very im-portant. On the other hand the ability to detect many analytes (> 400) with one injection is important for multi-analyte methods like pesticides.
Internal identifier : 8829
5.1.1.
Purpose
Main nature of the contract : Supplies
Main classification   ( cpv ): 38500000   Checking and testing apparatus
Additional classification   ( cpv ): 38000000   Laboratory, optical and precision equipments (excl. glasses), 38540000   Machines and apparatus for testing and measuring, 38900000   Miscellaneous evaluation or testing instruments
5.1.2.
Place of performance
Country subdivision (NUTS) : Københavns omegn   ( DK012 )
Country : Denmark
5.1.3.
Estimated duration
Start date 01/11/2024
Duration end date 31/12/2024
5.1.5.
Value
Estimated value excluding VAT 362 000,00   EUR
5.1.6.
General information
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) yes
Additional information : Throughout the term of the Agreement, the Supplier must not be covered by the description in Article 5k of COUNCIL REGULATION (EU) 2022/576 of 8 April 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia's actions destabilising the situation in Ukraine (‘Regulation 2022/576’). Documentation for Information Stated in the ESPD: Upon DTU’s request the Tenderers must document that they are not encompassed by any of the grounds for exclusion stated in the ESPD. If the Tenderer is a consortium, all legal participants in the consortium must document that the consor-tium is not encompassed by any of the grounds for exclusion. If the Tenderer represents a consortium with several legally authorised persons, the Tenderer must complete and submit Appendix A – Consortium Declaration. If the Tender rely on the capacities of other entities, each supportive enterprise must document that they are not encompassed by any of the grounds for exclusion. If the Tenderer relies on the capacities of other entities, each entity must complete and submit Ap-pendix B – Letter of Support. For Danish Tenderers the documentation requirement can be fulfilled by presenting an Official Certifi-cate (Serviceattest) from the Danish Business Authority (Erhvervsstyrelsen), which must be issued no later than 12 months prior to the date where it is presented to DTU. Non-Danish Tenderers must provide: - An extract from a relevant register or a similar document issued by a competent authority, showing that the Tenderer is not encompassed by any of the grounds for exclusion, cf. (the Public Procurement Act) Udbudsloven § 135, sub-section1 (participation in a criminal organi-zation, corruption, bribery, fraud, terrorist or criminal offences linked to terrorist activities, money laundering or terrorist financing and child labour and other forms of human trafficking) and, - A certificate issued by a competent authority showing that the Tenderer is not encompassed by any of the grounds for exclusion, cf. (the Public Procurement Act) Udbudslovens § 135, sub-section 3 (payment of taxes and payment of social security) and § 137, sub-section 1, no. 2 (bankruptcy, insolvency, voluntary arrangement with creditors, analogous situation like bankruptcy under national law, assets being administered by liquidator and business activities are suspended). If requested by DTU, the Tenderers must document – as stated in the ESPD - that they fulfil minimum levels for suitability.
5.1.10.
Award criteria
Criterion :
Type : Price
Name : Price
Description : See the tender material.
Weight (percentage, exact) : 33

Criterion :
Type : Quality
Name : Quality and functionality
Description : See the tender material.
Weight (percentage, exact) : 55

Criterion :
Type : Quality
Name : Service
Description : See the tender material.
Weight (percentage, exact) : 12
5.1.12.
Terms of procurement
Information about review deadlines : Complaint regarding the award of a contract must be submitted no later than 45 calendar days from the date after the Contracting Authority has published a notice in the European Union Official Journal informing that the Contracting Authority has awarded/concluded a contract, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, Section 2, no. 1.
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 Klagenævnet for Udbud
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed Konkurrence- og Forbrugerstyrelsen
Organisation providing additional information about the procurement procedure Danmarks Tekniske Universitet - DTU
Organisation providing offline access to the procurement documents Danmarks Tekniske Universitet - DTU
Organisation whose budget is used to pay for the contract Danmarks Tekniske Universitet - DTU
Organisation executing the payment Danmarks Tekniske Universitet - DTU
Organisation signing the contract Danmarks Tekniske Universitet - DTU
TED eSender Mercell Holding ASA
6. Results
Value of all contracts awarded in this notice 268 158,00   EUR
6.1.
Result lot ldentifier LOT-0000
Winner selection status At least one winner was chosen.
6.1.2.
Information about winners
Winner
Official name Waters A/S
Tender
Tender identifier 8829
Identifier of lot or group of lots LOT-0000
Concession value
Subcontracting Not yet known
Contract information
Identifier of the contract 8829
Title LCMSMS (uHPLC – triple quadrupole MS system)
Date on which the winner was chosen 11/10/2024
Date of the conclusion of the contract 01/11/2024
Organisation signing the contract Danmarks Tekniske Universitet - DTU
6.1.4.
Statistical information
Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received 4
8. Organisations
8.1.
ORG-0001
Official name : Danmarks Tekniske Universitet - DTU
Registration number : 30060946
Postal address : Anker Engelunds Vej 1    
Town : Kgs. Lyngby
Postcode : 2800
Country subdivision (NUTS) : Københavns omegn   ( DK012 )
Country : Denmark
Contact point : Trine Louise Dahl
Email : trlod@dtu.dk
Telephone : +45 33344023
Internet address : https://www.dtu.dk/
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation signing the contract
Organisation whose budget is used to pay for the contract
Organisation executing the payment
8.1.
ORG-0002
Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes hus, Toldboden 2    
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østsjælland   ( DK021 )
Country : Denmark
Email : klfu@erst.dk
Telephone : +45 35291000
Internet address : http://www.kfst.dk/
Roles of this organisation
Review organisation
8.1.
ORG-0003
Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35    
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København   ( DK011 )
Country : Denmark
Email : kfst@kfst.dk
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
8.1.
ORG-0004
Official name : Waters A/S
Registration number : 17554034
Postal address : Dybendalsvænget 2    
Town : Taastrup
Postcode : 2630
Country subdivision (NUTS) : Østsjælland   ( DK021 )
Country : Denmark
Telephone : 21833150
Roles of this organisation
Tenderer
Winner of these lots LOT-0000
8.1.
ORG-0005
Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11    
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo   ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation
TED eSender
11. Notice information
11.1.
Notice information
Notice identifier/version : dc14e4ba-e5bd-4981-a710-70dc47d3296f   - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice subtype 29
Notice dispatch date : 04/11/2024   08:52:43 (UTC)
Notice dispatch date (eSender) : 04/11/2024   09:00:37 (UTC)
Languages in which this notice is officially available : English
11.2.
Publication information
Notice publication number : 669532-2024
OJ S issue number : 215/2024
Publication date : 05/11/2024
Annonce Annonce
BREAKING
{{ article.headline }}
0.016|