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
:
Acquisition of a 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, nitrosamines) in different food and environmental matrices (meat, fish, sludge, food contact materials, etc.). For some compounds like steroids sensitivity is very important. On the other hand the ability to detect many analytes (> 400) with one injection is important for multi-analyte meth-ods like pesticides.
Procedure identifier
:
d1a8f96b-2679-4619-8f14-ede4ad09a694
Previous notice
:
43a1336d-fc18-471b-96d2-0c19def1f87e-01
Internal identifier
:
10218
Type of procedure
:
Open
The procedure is accelerated
:
no
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
Postal address
:
Henrik Dams Allé
Town
:
Kongens Lyngby
Postcode
:
2800
Country subdivision (NUTS)
:
Nordsjælland
(
DK013
)
Country
:
Denmark
Additional information
:
DTU Fødevareinstituttet; Post- og varemodtagelsen Building 205B
2.1.4.
General information
Additional information
:
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 and 2). 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
Legal basis
:
Directive 2014/24/EU
5.
Lot
5.1.
Lot
:
LOT-0000
Title
:
Acquisition of a 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, nitrosamines) in different food and environmental matrices (meat, fish, sludge, food contact materials, etc.). For some compounds like steroids sensitivity is very important. On the other hand the ability to detect many analytes (> 400) with one injection is important for multi-analyte meth-ods like pesticides.
Internal identifier
:
10218
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
Postal address
:
Henrik Dams Allé
Town
:
Kongens Lyngby
Postcode
:
2800
Country subdivision (NUTS)
:
Nordsjælland
(
DK013
)
Country
:
Denmark
Additional information
:
DTU Fødevareinstituttet; Post- og varemodtagelsen Building 205B
5.1.3.
Estimated duration
Duration
:
6
Months
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
:
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 and 2). 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.
Award criteria
Criterion:
Type:
Price
Name
:
Price
Description
:
The sub-criteria is described in the tender material.
Category of award weight criterion:
Weight (points, exact)
Award criterion number
:
38,00
Criterion:
Type:
Quality
Name
:
Quality and functionality
Description
:
The sub-criteria is described in the tender material.
Category of award weight criterion:
Weight (points, exact)
Award criterion number
:
55,00
Criterion:
Type:
Quality
Name
:
Service
Description
:
The sub-criteria is described in the tender material.
Category of award weight criterion:
Weight (points, exact)
Award criterion number
:
7,00
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
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.
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 information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
:
Konkurrence- og Forbrugerstyrelsen
Organisation providing information concerning the general regulatory framework for employment protection and working conditions 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
6.
Results
6.1.
Result lot identifier
:
LOT-0000
Winner selection status
:
No winner was chosen and the competition is closed.
The reason why a winner was not chosen
:
Decision of the buyer, because of a change in needs
6.1.4.
Statistical information
:
Received tenders or requests to participate
:
Type of received submissions
:
Tenders
Number of tenders or requests to participate received
:
2
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)
:
Nordsjælland
(
DK013
)
Country
:
Denmark
Contact point
:
Nicolai Mørcke
Telephone
:
+45 99999999
Roles of this organisation
:
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
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)
:
Københavns omegn
(
DK012
)
Country
:
Denmark
Telephone
:
+45 41715000
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
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed
8.1.
ORG-0004
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
Notice identifier/version
:
dffcb48d-6b41-4367-91e9-86c80f396252
-
01
Form type
:
Result
Notice type
:
Contract or concession award notice – standard regime
Notice subtype
:
29
Notice dispatch date
:
11/09/2025
10:01:00 (UTC) Western European Time, GMT
Notice dispatch date (eSender)
:
11/09/2025
10:01:00 (UTC) Western European Time, GMT
Languages in which this notice is officially available
:
English
Notice publication number
:
597490-2025
OJ S issue number
:
175/2025
Publication date
:
12/09/2025