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
26.09.2025
Udbudstype
Andre

Udbyder

Danmarks Tekniske Universitet - DTU

Acquisition of two LCMSMS (uHPLC – triple quadrupole MS system)


Danmarks Tekniske Universitet - DTU

632092-2025 - Competition
Denmark – Laboratory, optical and precision equipments (excl. glasses) – Acquisition of two LCMSMS (uHPLC – triple quadrupole MS system)
OJ S 185/2025 26/09/2025
Contract or concession notice – standard regime
Supplies
1. Buyer
1.1.
Buyer
Official name Danmarks Tekniske Universitet - DTU
Email ndgmo@dtu.dk
Legal type of the buyer Body governed by public law
Activity of the contracting authority Education
2. Procedure
2.1.
Procedure
Title Acquisition of two LCMSMS (uHPLC – triple quadrupole MS system)
Description DTU requires two new liquid chromatograph–mass spectrometer (LC-MS/MS) instrument. The instru-ments 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 methods like pesticides.
Procedure identifier 7c769a03-10e6-463a-ad60-7b9126bc7aee
Internal identifier 10374
Type of procedure Open
The procedure is accelerated yes
Justification for the accelerated procedure DTU previously conducted a tender concerning 10218 – Acquisition of a LCMSMS (uHPLC – triple quadrupole MS system) but was compelled to cancel the procedure due to errors in the tender documents that could not be remedied without breaching the principles of equal treatment and transparency. This situation has resulted in a significant delay in the procurement timeline, and the original schedule - which was planned to be completed before the end of this year - can no longer be met using the stand-ard minimum deadlines for public procurement, cf. Section 57, (1)-(4) of the Danish Public Procurement Act. The appropriation for the relevant procurement expires at the end of 2025, and DTU is therefore dependent on ensuring that the tender process, contract award and payment are completed before year-end in order to utilize the allocated funding and maintain DTU's budgetary assumptions. Based on the above, DTU considers that there is an urgent and unforeseen need to accelerate the ten-der process. This need has arisen directly as a result of the unforeseen cancellation, and it is therefore not possible to comply with the standard minimum deadlines without losing the funding on which the procurement is based. If the tender cannot be conducted under an accelerated procedure, it will consequently not be possible to carry out the tender at all, and the purchase cannot be completed within the applicable funding period. Furthermore, the use of the accelerated procedure is not DTU's standard practice but an exceptional and justified measure in this specific case. It is therefore assessed that the conditions for applying the accelerated procedure under Section 57(5) of the Danish Procurement Act are fulfilled, and the schedule for the tender process has been reduced with a deadline for submission of tender on the 16th of October 2025.
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
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion Notice
Corruption Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator
Fraud Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Money laundering or terrorist financing Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Participation in a criminal organisation Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Terrorist offences or offences linked to terrorist activities Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
Child labour and including other forms of trafficking in human beings Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Grave professional misconduct Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Breaching obligation relating to payment of social security contributions Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Breaching obligation relating to payment of taxes Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Arrangement with creditors Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Insolvency Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
5. Lot
5.1.
Lot LOT-0000
Title Acquisition of two LCMSMS (uHPLC – triple quadrupole MS system)
Description DTU requires two new liquid chromatograph–mass spectrometer (LC-MS/MS) instrument. The instru-ments 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 methods like pesticides.
Internal identifier 10374
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
Reserved participation Participation is not reserved.
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
5.1.9.
Selection criteria
Sources of selection criteria Notice
Criterion Other economic or financial requirements
Description For the last 3 audited financial years, as a minimum the Tenderer must on average have had a: - Net turnover of EUR 400.000 If the Tenderer cannot comply with the required figures for financial standing, the Tenderer can document their financial standing by sending an on-demand guarantee from a bank or similar with a value of EUR 400.000.

Criterion References on specified deliveries
Description As a minimum the Tenderer must provide 3 references for comparable agreements. Comparable agreement mean agreement with a value of at least EUR 200.000 concerning LCMSMS-system or a comparable system. The agreement, to which the reference refers, must not be more than 5 years old. The date is calculated from the last signature on the agreement referred to.
5.1.10.
Award criteria
Criterion
TypePrice
Name Price
Description The sub-criteria is described in the tender material.
Category of award weight criterionWeight (points, exact)
Award criterion number 38,00
Criterion
TypeQuality
Name Quality and functionality
Description The sub-criteria is described in the tender material.
Category of award weight criterionWeight (points, exact)
Award criterion number 55,00
Criterion
TypeQuality
Name Service
Description The sub-criteria is described in the tender material.
Category of award weight criterionWeight (points, exact)
Award criterion number 7,00
5.1.11.
Procurement documents
Address of the procurement documents https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=440818&B=
5.1.12.
Terms of procurement
Terms of submission
Electronic submission Required
Languages in which tenders or requests to participate may be submitted English
Electronic catalogue Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants Not allowed
Tenderers may submit more than one tender Not allowed
Deadline for receipt of tenders 16/10/2025   10:00:00 (UTC) Western European Time, GMT
Deadline until which the tender must remain valid 6   Months
Information about public opening
Opening date 16/10/2025   10:30:00 (UTC) Western European Time, GMT
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmes No
Electronic invoicing Required
Electronic ordering will be used yes
Electronic payment will be used yes
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
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
Email ndgmo@dtu.dk
Telephone +45 99999999
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
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) Københavns omegn  ( DK012 )
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
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
Internet address http://mercell.com/
Roles of this organisation
TED eSender
Notice information
Notice identifier/version 12d7b97b-1ad6-4868-ad71-116f57d5187a   -   01
Form type Competition
Notice type Contract or concession notice – standard regime
Notice subtype 16
Notice dispatch date 25/09/2025   09:26:06 (UTC) Western European Time, GMT
Notice dispatch date (eSender) 25/09/2025   09:32:30 (UTC) Western European Time, GMT
Languages in which this notice is officially available English
Notice publication number 632092-2025
OJ S issue number 185/2025
Publication date 26/09/2025
Annonce Annonce
BREAKING
{{ article.headline }}
0.062|