1.
Buyer
1.1.
Buyer
Official name
:
Aarhus Universitet
Legal type of the buyer
:
Body governed by public law
Activity of the contracting authority
:
Education
2.
Procedure
2.1.
Procedure
Title
:
Direct purchase of a LC-MS/MS - 2025-0897335
Description
:
The procurement concerns the acquisition of a QTRAP 7500+ LC-MS/MS system, a hybrid triple quadrupole-linear ion trap mass spectrometer. The required specifications include: • Capability for both quantitative MRM (Multiple Reaction Monitoring) and qualitative MS/MS workflows, including MS3 and MRM3 in a single run. • MRM Acquisition Rate (MRMs per second) up to 800 MRMs/s • ESI Positive and Negative MS Sensitivity (Signal-to-Noise) above 5,000,000:1 for reserpine and chloramphenicol, respectively, at 1pg on column. • Compatibility with existing QTRAP methods in the department • Compatibility with existing bundle of multiuser licenses (Sciex OS) software for data processing in the department
Procedure identifier
:
cf85d917-76fe-410e-8b78-252c5385efc7
Internal identifier
:
7adb938c-f9e5-496e-ad69-35238b190464
Type of procedure
:
Negotiated without prior call for competition
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
:
Denmark
Anywhere in the given country
Additional information
:
Aarhus
2.1.4.
General information
Legal basis
:
Directive 2014/24/EU
5.
Lot
5.1.
Lot
:
LOT-0000
Title
:
Direct purchase of a LC-MS/MS - 2025-0897335
Description
:
The procurement concerns the acquisition of a QTRAP 7500+ LC-MS/MS system, a hybrid triple quadrupole-linear ion trap mass spectrometer. The required specifications include: • Capability for both quantitative MRM (Multiple Reaction Monitoring) and qualitative MS/MS workflows, including MS3 and MRM3 in a single run. • MRM Acquisition Rate (MRMs per second) up to 800 MRMs/s • ESI Positive and Negative MS Sensitivity (Signal-to-Noise) above 5,000,000:1 for reserpine and chloramphenicol, respectively, at 1pg on column. • Compatibility with existing QTRAP methods in the department • Compatibility with existing bundle of multiuser licenses (Sciex OS) software for data processing in the department
Internal identifier
:
2ca527be-dbdb-4637-af8f-73797253b516
5.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
38000000
Laboratory, optical and precision equipments (excl. glasses)
Quantity
:
1
5.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
Additional information
:
Aarhus
5.1.3.
Estimated duration
Other duration
:
Unlimited
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
Justification for not indicating the weighting of the award criteria
:
There is only one supplier.
5.1.15.
Techniques
Framework agreement
:
No framework agreement
Information about the dynamic purchasing system
:
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisation
:
Klagenævnet for udbud
Information about review deadlines
:
Please contact Aarhus University, if you have a comment about this notice - udbud@au.dk After the deployment of this notice, a standstill period of 10 calendar will begin. The contracting authority cannot sign the contract before the standstill period has expired. In case of complaints about tenders or decisions, e.g. award of contracts covered by Section II or III in the Danish Public Procurement Act must be submitted to the Complaints Board for Public Procurement (Klagenævnet for Udbud) within 45 calendar days from the day after the contractor published a notice in the Official Journal on the conclusion of a contract. At the latest concurrently with submission of an appeal to the Complaints Board for Public Procurement, the complainant must inform the Contracting Authority of the alleged infringement, and whether the appeal is to be referred to the board.
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
Organisation whose budget is used to pay for the contract
:
Aarhus Universitet
Organisation executing the payment
:
Aarhus Universitet
Organisation signing the contract
:
Aarhus Universitet
6.
Results
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
:
The required specifications include: • Capability for both quantitative MRM (Multiple Reaction Monitoring) and qualitative MS/MS workflows, including MS3 and MRM3 in a single run. • MRM Acquisition Rate (MRMs per second) up to 800 MRMs/s • ESI Positive and Negative MS Sensitivity (Signal-to-Noise) above 5,000,000:1 for reserpine and chloramphenicol, respectively, at 1pg on column. • Compatibility with existing QTRAP methods in the department • Compatibility with existing bundle of multiuser licenses (Sciex OS) software for data processing in the department These specifications are essential for: • Supporting advanced environmental chemistry and toxicological research for several research projects of our department, which require high-throughput, high-accuracy quantification of emerging contaminants. • Meeting analytical performance criteria for our academic and research-advisory work, including LOD/LOQ thresholds, linearity, reproducibility typical of triple quadrupole MS systems, with the powerful scan modes of the triple quadrupole-linear ion trap: Enhanced Product Ion Scan (EPI), MRM3 Scan, MS3 Scan • Ensuring methodological continuity with existing methods developed using QTRAP hardware, and seamless continuity of data treatment methods. Sciex is the sole supplier of the QTRAP LC-MS/MS system, which is a proprietary technology not available through third-party vendors. The justification for selecting Sciex includes: • Exclusive ownership of the QTRAP technology, which uniquely combines triple quadrupole and linear ion trap capabilities. • Proven track record and past supply of our department, ensuring seamless integration and support. • No other manufacturer offers an equivalent system with the same dual functionality and software ecosystem.
6.1.
Result lot identifier
:
LOT-0000
6.1.2.
Information about winners
Winner
:
Official name
:
AB Sciex ApS
Tender
:
Tender identifier
:
2025-0897335
Identifier of lot or group of lots
:
LOT-0000
Value of the tender
:
3 760 000,00
DKK
Concession value:
Subcontracting
:
No
Contract information:
Identifier of the contract
:
2025-0897335
Organisation signing the contract
:
Aarhus Universitet
8.
Organisations
8.1.
ORG-0001
Official name
:
Aarhus Universitet
Registration number
:
31119103
Postal address
:
Nordre Ringgade 1
Town
:
Aarhus C
Postcode
:
8000
Country subdivision (NUTS)
:
Østjylland
(
DK042
)
Country
:
Denmark
Contact point
:
Jens August Aastrup Munch
Telephone
:
20765769
Roles of this organisation
:
Buyer
Organisation signing the contract
Organisation whose budget is used to pay for the contract
Organisation executing the payment
8.1.
ORG-0002
Official name
:
Klagenævnet for udbud
Registration number
:
37795526
Postal address
:
Toldboden 2
Town
:
Viborg
Postcode
:
8800
Country subdivision (NUTS)
:
Vestjylland
(
DK041
)
Country
:
Denmark
Contact point
:
Klagenævnet for udbud
Telephone
:
+45 72405708
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
Contact point
:
Konkurrence- og Forbrugerstyrelsen
Telephone
:
+45 41715000
Roles of this organisation
:
Organisation providing more information on the review procedures
8.1.
ORG-0004
Official name
:
AB Sciex ApS
Postal address
:
Åkandevej 21
Town
:
Brønshøj
Postcode
:
2700
Country subdivision (NUTS)
:
Byen København
(
DK011
)
Country
:
Denmark
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
Notice information
Notice identifier/version
:
c49e0ccf-73c1-4022-9fb1-baab38925298
-
01
Form type
:
Direct award preannouncement
Notice type
:
Voluntary ex-ante transparency notice
Notice subtype
:
25
Notice dispatch date
:
26/09/2025
09:15:03 (UTC) Western European Time, GMT
Notice dispatch date (eSender)
:
26/09/2025
09:15:03 (UTC) Western European Time, GMT
Languages in which this notice is officially available
:
English
Notice publication number
:
635251-2025
OJ S issue number
:
186/2025
Publication date
:
29/09/2025