1.
Køber
1.1.
Køber
Officielt navn
:
Danmarks Tekniske Universitet - DTU
Køberens retlige status
:
Offentligretligt organ
Den ordregivende myndigheds aktivitet
:
Uddannelse
2.
Procedure
2.1.
Procedure
Titel
:
Acquisition of a microfluidics platform
Beskrivelse
:
The Biofoundry Department is interested in expanding their capabilities to be able to acquire high quality data though a microfluidic equipment for cell biological research. This system required must be able to identify analyze and control possible end products as well as intermediates and other molecules of interest from different biological systems (mainly based on cell culture media or fermentation broth) using accurate, high resolution. The equipment should also be able to quantify already identified compounds. In the EU notice the contract period is stated to 6 months. DTU notes, that the contract period ends when both parties have fulfilled their obligations.
Identifikator for proceduren
:
5e474462-462d-4a50-a03b-8f4b4daa9e25
Tidligere bekendtgørelse
:
1bd32ae5-59ef-435d-9584-7992d35fd556-01
Intern ID
:
10012
Udbudsprocedure
:
Offentligt udbud
Proceduren er en hasteprocedure
:
nej
2.1.1.
Formål
Kontraktens hovedformål
:
Varer
Primær klassifikation
(
cpv
):
38434000
Analysatorer
Supplerende klassifikation
(
cpv
):
38433210
Emissionsspektrometer,
38434510
Cytometre,
38434560
Kemianalysatorer
2.1.2.
Udførelsessted
Postadresse
:
B220 via Henrik Dams Allé
By
:
Kgs. Lyngby
Postnummer
:
2800
Landsdel (NUTS)
:
Københavns omegn
(
DK012
)
Land
:
Danmark
2.1.3.
Værdi
Anslået værdi eksklusiv moms
:
2 000 000,00
DKK
2.1.4.
Generelle oplysninger
Yderligere oplysninger
:
The Tenderer can only participate in the tender, if the Tenderer is not encompassed by the compulsory grounds for exclusion, cf. section 135-136 in the Danish Public Procurement Act and the voluntary grounds for exclusion in section 137(1)(1, 2 and 6). Pursuant to section 134a in the Danish Public Procurement Act, DTU must exclude a Tenderer from participation in the procurement procedure if the Tenderer is established in a country that is included in the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to tenderers established in the country in question. 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’). 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 consortium 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 Appendix B – Letter of Support. For Danish Tenderers the documentation requirement can be fulfilled by presenting an Official Certificate (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 organization, 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, subsection 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. As documentation for the winning tenderer's documentation for fulfilling minimum requirement for Technical and Professional Ability DTU reserves the right to contact the reference(s) stated in the ESPD.
Retsgrundlag
:
Direktiv 2014/24/EU
5.
Delkontrakt
5.1.
Delkontrakt
:
LOT-0000
Titel
:
Acquisition of a microfluidics platform
Beskrivelse
:
The Biofoundry Department is interested in expanding their capabilities to be able to acquire high quality data though a microfluidic equipment for cell biological research. This system required must be able to identify analyze and control possible end products as well as intermediates and other molecules of interest from different biological systems (mainly based on cell culture media or fermentation broth) using accurate, high resolution. The equipment should also be able to quantify already identified compounds. In the EU notice the contract period is stated to 6 months. DTU notes, that the contract period ends when both parties have fulfilled their obligations.
Intern ID
:
10012
5.1.1.
Formål
Kontraktens hovedformål
:
Varer
Primær klassifikation
(
cpv
):
38434000
Analysatorer
Supplerende klassifikation
(
cpv
):
38433210
Emissionsspektrometer,
38434510
Cytometre,
38434560
Kemianalysatorer
Valgmuligheder
:
Beskrivelse af optioner
:
There are two contract options in the tender: - Consumables cost (100 sorting runs of bacterial cells using a typical volume) - Sorting Chips (100 typical sorting runs on bacterial cells) More information about the options, are described in Appendix 2 in the tender material.
5.1.2.
Udførelsessted
Postadresse
:
B220 via Henrik Dams Allé
By
:
Kgs. Lyngby
Postnummer
:
2800
Landsdel (NUTS)
:
Københavns omegn
(
DK012
)
Land
:
Danmark
5.1.3.
Anslået varighed
Varighed
:
6
Måneder
5.1.5.
Værdi
Anslået værdi eksklusiv moms
:
2 000 000,00
DKK
5.1.6.
Generelle oplysninger
Indkøbsprojekt, der ikke finansieres med EU-midler
Udbuddet er omfattet af aftalen om offentlige udbud (GPA)
:
ja
Yderligere oplysninger
:
The Tenderer can only participate in the tender, if the Tenderer is not encompassed by the compulsory grounds for exclusion, cf. section 135-136 in the Danish Public Procurement Act and the voluntary grounds for exclusion in section 137(1)(1, 2 and 6). Pursuant to section 134a in the Danish Public Procurement Act, DTU must exclude a Tenderer from participation in the procurement procedure if the Tenderer is established in a country that is included in the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to tenderers established in the country in question. 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’). 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 consortium 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 Appendix B – Letter of Support. For Danish Tenderers the documentation requirement can be fulfilled by presenting an Official Certificate (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 organization, 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, subsection 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. As documentation for the winning tenderer's documentation for fulfilling minimum requirement for Technical and Professional Ability DTU reserves the right to contact the reference(s) stated in the ESPD.
5.1.10.
Tildelingskriterier
Kriterium:
Type:
Pris
Navn
:
Price
Beskrivelse
:
The sub-criteria is described in the tender material.
Kategori for tildelingskriteriet vægt:
Vægtning (procentdel, præcis)
Tildelingskriterium talværdi
:
25,00
Kriterium:
Type:
Kvalitet
Navn
:
Quality and functionality
Beskrivelse
:
The sub-criteria is described in the tender material.
Kategori for tildelingskriteriet vægt:
Vægtning (procentdel, præcis)
Tildelingskriterium talværdi
:
75,00
5.1.15.
Teknikker
Rammeaftale
:
Ingen rammeaftale
Oplysninger om det dynamiske indkøbssystem
:
Intet dynamisk indkøbssystem
Elektronisk auktion
:
nej
5.1.16.
Yderligere oplysninger, mægling og gennemgang
Organisation med ansvar for klager
:
Klagenævnet for Udbud
Oplysninger om klagefrister
:
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.
Organisation, der leverer oplysninger om den generelle lovgivningsramme angånde skatter på det sted, hvor kontrakten skal udføres
:
Konkurrence- og Forbrugerstyrelsen
Organisation, der leverer supplerende oplysninger om udbudsproceduren
:
Danmarks Tekniske Universitet - DTU
Organisation, der sikrer adgang til udbudsdokumenterne offline
:
Danmarks Tekniske Universitet - DTU
TED eSender
:
Mercell Holding ASA
6.
Resultater
Værdien af alle kontrakter tildelt i denne bekendtgørelse
:
386 600,00
EUR
6.1.
Resultat delkontrakt-ID
:
LOT-0000
Status for udvælgelse af vinder
:
Der er udvalgt mindst én vinder.
6.1.2.
Oplysninger om vinderne
Vinder
:
Officielt navn
:
Droplet Genomics, UAB
Tilbud
:
Tilbud – Identifikator
:
Droplet Genomics, UAB
ID for delkontrakt eller gruppe af delkontrakter
:
LOT-0000
Værdien af tilbuddet
:
386 600,00
EUR
Kontraktoplysninger:
Identifikator for kontrakten
:
Droplet Genomics, UAB
Dato for indgåelse af kontrakten
:
22/07/2025
6.1.4.
Statistiske oplysninger
:
Modtagne tilbud og ansøgninger om deltagelse
:
Type modtagne indgivelser
:
Tilbud
Antal modtagne tilbud og ansøgninger om deltagelse
:
1
Type modtagne indgivelser
:
Tilbud, der er indgivet ad elektronisk vej
Antal modtagne tilbud og ansøgninger om deltagelse
:
1
Type modtagne indgivelser
:
Tilbud fra mikrovirksomheder samt små eller mellemstore virksomheder
Antal modtagne tilbud og ansøgninger om deltagelse
:
1
Udvalg af tilbud
:
Værdien af det antagelige tilbud med den laveste værdi
:
386 600,00
EUR
Værdien af det antagelige tilbud med den højeste værdi
:
386 600,00
EUR
8.
Organisationer
8.1.
ORG-0001
Officielt navn
:
Danmarks Tekniske Universitet - DTU
Registreringsnummer
:
30060946
Postadresse
:
Anker Engelunds Vej 1
By
:
Kgs. Lyngby
Postnummer
:
2800
Landsdel (NUTS)
:
Københavns omegn
(
DK012
)
Land
:
Danmark
Enhed
:
Nicolai Mørcke
Telefon
:
+45 93 51 19 64
Denne organisations roller
:
Køber
Organisation, der leverer supplerende oplysninger om udbudsproceduren
Organisation, der sikrer adgang til udbudsdokumenterne offline
8.1.
ORG-0002
Officielt navn
:
Klagenævnet for Udbud
Registreringsnummer
:
37795526
Postadresse
:
Nævnenes hus, Toldboden 2
By
:
Viborg
Postnummer
:
8800
Landsdel (NUTS)
:
Østjylland
(
DK042
)
Land
:
Danmark
Telefon
:
+45 35291000
Denne organisations roller
:
Organisation med ansvar for klager
8.1.
ORG-0003
Officielt navn
:
Konkurrence- og Forbrugerstyrelsen
Registreringsnummer
:
10294819
Postadresse
:
Carl Jacobsens Vej 35
By
:
Valby
Postnummer
:
2500
Landsdel (NUTS)
:
Københavns omegn
(
DK012
)
Land
:
Danmark
Telefon
:
+45 41715000
Denne organisations roller
:
Organisation, der leverer oplysninger om den generelle lovgivningsramme angånde skatter på det sted, hvor kontrakten skal udføres
8.1.
ORG-0004
Officielt navn
:
Droplet Genomics, UAB
Den økonomiske operatørs størrelse
:
Mikrovirksomhed, lille eller mellemstor virksomhed
Registreringsnummer
:
000000
Postadresse
:
Savanoriu pr. 178C
By
:
Vilnius
Postnummer
:
03154
Landsdel (NUTS)
:
Klaipėdos apskritis
(
LT023
)
Land
:
Litauen
Telefon
:
6 4647356
Denne organisations roller
:
Tilbudsgiver
Vinder af disse delkontrakter
:
LOT-0000
8.1.
ORG-0005
Officielt navn
:
Mercell Holding ASA
Registreringsnummer
:
980921565
Postadresse
:
Askekroken 11
By
:
Oslo
Postnummer
:
0277
Landsdel (NUTS)
:
Oslo
(
NO081
)
Land
:
Norge
Enhed
:
eSender
Telefon
:
+47 21018800
Fax
:
+47 21018801
Denne organisations roller
:
TED eSender
Bekendtgørelsens ID
:
9843234c-7a6a-4134-b4a2-510aa8a5ebc1
-
01
Formulartype
:
Resultater
Bekendtgørelsestype
:
Bekendtgørelse om indgåede kontrakter eller koncessionstildeling – standardordningen
Bekendtgørelsesundertype
:
29
Afsendelsesdato for bekendtgørelsen
:
29/07/2025
11:03:50 (UTC) vesteuropæisk tid, GMT
Dato for afsendelse af bekendtgørelsen (eSender)
:
29/07/2025
11:30:56 (UTC) vesteuropæisk tid, GMT
Bekendtgørelsens officielle sprog
:
dansk
Bekendtgørelsesnummer
:
499307-2025
EUT-S-nummer
:
144/2025
Offentliggørelsesdato
:
30/07/2025