1.
Buyer
1.1.
Buyer
Official name
:
Danmarks Tekniske Universitet - DTU
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
Telephone
:
+45 61262786
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
Telephone
:
+45 35291000
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
Telephone
:
+45 41715000
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
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