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
18.02.2025
Udbudstype
Andre

Udbyder

Danmarks Tekniske Universitet - DTU

Mass spectrometry based equipment for proteomics analyses


Danmarks Tekniske Universitet - DTU

108336-2025 - Result
Denmark – Laboratory, optical and precision equipments (excl. glasses) – Mass spectrometry based equipment for proteomics analyses
OJ S 34/2025 18/02/2025
Contract or concession award notice – standard regime
Supplies
1. Buyer
1.1.
Buyer
Official name Danmarks Tekniske Universitet - DTU
Email mihaiv@dtu.dk
Legal type of the buyer Body governed by public law
Activity of the contracting authority Education
2. Procedure
2.1.
Procedure
Title Mass spectrometry based equipment for proteomics analyses
Description DTU Biosustain is now looking into purchasing equipment for proteomics analyses. The analytics department at DTU Biosustain is providing routine and research-based protemics services to the entire center by means of liquid chromatography-mass spectrometry (which is considered the gold standard technique for such analyses). Proteomics is a tool used by most research groups at DTU Biosustain, and thus, it is considered a fundamental service, which is of high priori-ty to the center. Based on this, DTU Biosustain now wishes to purchase a new equipment to be able to reliably continue the proteomics analyses and to provide the center with the data, which is needed for the research to be performed. The new equipment must be able to: • Perform high-quality proteomics analyses utilizing a built-in option for sample preparation and including the software needed for complex proteomics data processing. • Synchronize the quadrupole with the ion mobility (IMS) elution time to allow for a high MS/MS acquisition speed, leading to an increased fragmentation depth. In addition, the system must include algorithms for intelligent targeting of low-level precursors, as this will enable a very high data coverage also from complex digested protein mixtures • Show a reproducibility of Collisional Cross Section (CCS) value determination <0.5 %RSD, as this will ensure high data reproducibility • Provide pre-defined methods for DDA, DIA and PRM where both m/z and ion mobility are used for selectivity, as well as dual-TIMS technology allowing for PASEF, dia-PASEF and prm-PASEF acquisition methods. These features provide a nearly 100% duty cycle, which is perfectly suited for the nanoflow LC-MS analysis of enzymatically digested protein mix-tures usually analysed within the analytics department at DTU Biosustain. • Allow for the integration of various LC vendors into the instrument control software, as the analytics department at DTU Biosustain has LC systems from different vendors available for these analyses.
Procedure identifier a6ad59fb-8e2e-4de7-9982-ac0a294bf14d
Previous notice 55052441-aa2b-45e8-b5f8-e5490261b016-01
Internal identifier 9649
Type of procedure Negotiated without prior call for competition
Main features of the procedure Proteomics analyses are complex and puts a lot of requirements both on the equipment hardware, for analysing the samples, as well as on the software needed to process the complex data produced by the hardware. Currently, only the timsTOF Pro 2 System with an Evosep One LC from Bruker Nordic AB provides all of the abovementioned features as well as an integrated software and hardware service with the capabilities for non-targeted and targeted proteomics. Thus, the equipment can only be supplied by one particular economic operator due to lack of competition for technical reasons cf. the public procurement act section 80 (3) (2). Adding the equipment from Bruker Nordic AB to the existing equipment park in the analytics department at DTU Biosustain will provide the center with the opportunity to have a complementary technique in the laboratory with unique features, which no other supplier can provide. This complementary technique with its unique features is crucial for the research performed at DTU Biosustain, and it will also ensure a constant flow of high-quality data.
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) Københavns omegn   ( DK012 )
Country Denmark
2.1.3.
Value
Estimated value excluding VAT 4 725 950,00   DKK
2.1.4.
General information
Call for competition is terminated
Legal basis
Directive 2014/24/EU
Danish Public Procurement Act (Udbudsloven)   - Danish Public Procurement Act (Act no. 1564 af 15 December 2015 with later changes), implementing directive 2014/24/EU.
5. Lot
5.1.
Lot LOT-0000
Title Mass spectrometry based equipment for proteomics analyses
Description DTU Biosustain is now looking into purchasing equipment for proteomics analyses. The analytics department at DTU Biosustain is providing routine and research-based protemics services to the entire center by means of liquid chromatography-mass spectrometry (which is considered the gold standard technique for such analyses). Proteomics is a tool used by most research groups at DTU Biosustain, and thus, it is considered a fundamental service, which is of high priori-ty to the center. Based on this, DTU Biosustain now wishes to purchase a new equipment to be able to reliably continue the proteomics analyses and to provide the center with the data, which is needed for the research to be performed. The new equipment must be able to: • Perform high-quality proteomics analyses utilizing a built-in option for sample preparation and including the software needed for complex proteomics data processing. • Synchronize the quadrupole with the ion mobility (IMS) elution time to allow for a high MS/MS acquisition speed, leading to an increased fragmentation depth. In addition, the system must include algorithms for intelligent targeting of low-level precursors, as this will enable a very high data coverage also from complex digested protein mixtures • Show a reproducibility of Collisional Cross Section (CCS) value determination <0.5 %RSD, as this will ensure high data reproducibility • Provide pre-defined methods for DDA, DIA and PRM where both m/z and ion mobility are used for selectivity, as well as dual-TIMS technology allowing for PASEF, dia-PASEF and prm-PASEF acquisition methods. These features provide a nearly 100% duty cycle, which is perfectly suited for the nanoflow LC-MS analysis of enzymatically digested protein mix-tures usually analysed within the analytics department at DTU Biosustain. • Allow for the integration of various LC vendors into the instrument control software, as the analytics department at DTU Biosustain has LC systems from different vendors available for these analyses.
Internal identifier 9649
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) Københavns omegn   ( DK012 )
Country Denmark
5.1.3.
Estimated duration
Duration 1   Year
5.1.5.
Value
Estimated value excluding VAT 4 725 950,00   DKK
5.1.6.
General information
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) yes
5.1.10.
Award criteria
Criterion
Type Price
Name Price
Description Price
Weight (percentage, exact) 100
5.1.12.
Terms of procurement
Information about review deadlines Complaint that the Contracting Authority, contrary to the Public Procurement Act, has concluded a contract without prior publication of a contract notice in the European Union Official Journal must be submitted no later than 30 calendar days from the date after a contract award notice has been published by the Contracting Authority in the European Union Official Journal and that contract award notice includes the grounds for the decision to award the contract directly, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, section 3.
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 more information on the review procedures Konkurrence- og Forbrugerstyrelsen
Organisation signing the contract Danmarks Tekniske Universitet - DTU
TED eSender Mercell Holding ASA
6. Results
Value of all contracts awarded in this notice 4 725 950,00   DKK
Direct award
Justification for direct award The contract can be provided only by a particular economic operator because of an absence of competition for technical reasons
Other justification Proteomics analyses are complex and puts a lot of requirements both on the equipment hardware, for analysing the samples, as well as on the software needed to process the complex data produced by the hardware. Currently, only the timsTOF Pro 2 System with an Evosep One LC from Bruker Nordic AB provides all of the abovementioned features as well as an integrated software and hardware service with the capabilities for non-targeted and targeted proteomics. Thus, the equipment can only be supplied by one particular economic operator due to lack of competition for technical reasons cf. the public procurement act section 80 (3). Adding the equipment from Bruker Nordic AB to the existing equipment park in the analytics department at DTU Biosustain will provide the center with the opportunity to have a complementary technique in the laboratory with unique features, which no other supplier can provide. This complementary technique with its unique features is crucial for the research performed at DTU Biosustain, and it will also ensure a constant flow of high-quality data.
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 Bruker Nordic AB
Tender
Tender identifier Tilbud
Identifier of lot or group of lots LOT-0000
Value of the tender 4 725 950,00   DKK
Concession value
Subcontracting Not yet known
Contract information
Identifier of the contract Tilbud
Date on which the winner was chosen 16/01/2025
Date of the conclusion of the contract 10/02/2025
Organisation signing the contract Danmarks Tekniske Universitet - DTU
6.1.4.
Statistical information
Received tenders or requests to participate
Type of received submissions Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received 1
Type of received submissions Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received 1
Type of received submissions Tenders submitted electronically
Number of tenders or requests to participate received 1
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 Mia Iversen
Email mihaiv@dtu.dk
Telephone +45 61262786
Internet address https://www.dtu.dk
Roles of this organisation
Buyer
Organisation signing the contract
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) Østjylland   ( DK042 )
Country Denmark
Email klfu@erst.dk
Telephone +45 35291000
Internet address http://www.klfu.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 more information on the review procedures
8.1.
ORG-0004
Official name Bruker Nordic AB
Size of the economic operator Micro, small, or medium
Registration number SE556577236401
Postal address Torshamnsgatan 44    
Town Kista
Postcode 164 40
Country subdivision (NUTS) Stockholms län   ( SE110 )
Country Sweden
Telephone +46 (0)8 655 2500
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 958a3727-38ac-4732-9b52-04625ac38f22   -   01
Form type Result
Notice type Contract or concession award notice – standard regime
Notice subtype 29
Notice dispatch date 17/02/2025   12:25:13 (UTC)
Notice dispatch date (eSender) 17/02/2025   13:00:39 (UTC)
Languages in which this notice is officially available English
11.2.
Publication information
Notice publication number 108336-2025
OJ S issue number 34/2025
Publication date 18/02/2025
Annonce Annonce
BREAKING
{{ article.headline }}
0.063|