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
2017/S 124-252111
Offentliggjort
01.07.2017
Udbudstype
Tildeling af kontrakt uden forudgående offentliggørelse

Udbyder

Fødevarestyrelsen

Vindere

(01.07.2017)
Agilent Technologies Denmark ApS
Produktionsvej 42
2600 Glostrup

Triple quadrupole ICP-MS/MS

(16.09.2017)
Agilent Technologies Denmark ApS
Produktionsvej 42
2600 Glostrup

Triple quadrupole ICP-MS/MS


Fødevarestyrelsen

Voluntary ex ante transparency notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority/entity

I.1) Name and addresses
Fødevarestyrelsen
62534516
Stationsparken 31-33
Glostrup
2600
Denmark
Contact person: Inge Rokkjær
Telephone: +45 72275476
E-mail: inro@fvst.dk
NUTS code: DK02

Internet address(es):

Main address: http://www.fvst.dk

I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

Triple quadrupole ICP-MS/MS.

Reference number: 2017-40-61-00805
II.1.2) Main CPV code
38433100
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The inductive coupled mass spectrometer (ICP-MS/MS) shall be with a broad elemental coverage, a high matrix tolerance and low detection limits. The ICP-MS/MS shall also be able to support speciation analysis with chromatography coupling and provide a sensitive technique for monitoring nanoparticles such as SiO2, TiO2 and ZnO from food additives and packaging.

II.1.6) Information about lots
This contract is divided into lots: no
II.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: 1 500 000.00 DKK
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
II.2.3) Place of performance
NUTS code: DK042
Main site or place of performance:

The ICP-MS/MS must be delivered in Århus, Denmark.

II.2.4) Description of the procurement:

‘System Requirements’ which must at least be met:

Point 1:

The system shall be able to operate in MS/MS mode as stated in the IUPAC definition (IUPAC 2013 Recommendations, Term 538) for a maximum of interference removal capacity for the more difficult matrix.

Point 2:

The instrument shall be able to analyse samples containing up to 25 % total dissolved solids (TDS) using the standard sample introduction system by direct injection (no liquid dilution requested before) without switching the system interface.

Point 3:

The standard interface of the system shall be able to analyse samples with 25%TDS and offer a minimum sensitivity of 150 000 CPS/ppb for 7 Li, 500 000 CPS/ppb for 89 Y and 300 000 CPS/ppb for 205 Tl, and having a background of 0.2 CPS at mass 9 and 238 amu.

Point 4:

The system shall be capable of detecting and offering high abundance sensitivity (> 10-10) to avoid the impact of high concentrated element (at the mass M) on the mass at M+1 or M-1 amu, example: This feature allows the analysis of trace levels of manganese (55 Mn) in the presence of 1 000 ppm iron (56 Fe).

Point 5:

The detector shall be able to provide ultra-fast data acquisition, with 10 000 separate measurement per second for time resolved analysis (TRA) measurement of transient signals, which is required for the detection of nanoparticle under the Single Particle mode.

Point 6:

The electron multiplier detector must offer 10 orders of dynamic range for the analysis of trace and major elements in 1 sample measurement.

Point 7:

Discrete sampling system: It must be equipped with a valve to ensure automatic injection of the tuning solution without user interference for automatic optimatization of the ICP when tuning on the plasma. Discrete sampling system should be developed by the ICP provider to ensure the compatibility of the system with the software, the support on the items and the availability of the spare parts.

Point 8:

The system software: The software shall be able to handle direct control of our HPLC module (1200 system from Agilent) so that only 1 software controls all the instruments when doing speciation analysis.

Point 9:

General requirement: All parts of the system must be delivered, installed and serviced by the supplier of the ICP-MS system.

II.2.5) Award criteria
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below
  • The procurement falls outside the scope of application of the directive
Explanation:

It is the opinion of the Danish Veterinary and Food Administration, that only 1 supplier (Agilent) can fulfil the set-up criteria, point 2-9, in section II.2.4.

IV.1.3) Information about framework agreement
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure

Section V: Award of contract/concession

V.2) Award of contract/concession
V.2.1) Date of contract award decision:
29/06/2017
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor/concessionaire
Agilent Technologies Denmark ApS
21852902
Produktionsvej 42
Glostrup
2600
Denmark
E-mail: customercare_denmark@agilent.com
NUTS code: DK022

Internet address:http://www.agilent.com

The contractor/concessionaire will be an SME: no
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Initial estimated total value of the contract/lot/concession: 1 500 000.00 DKK
Total value of the contract/lot/concession: 1 500 000.00 DKK
V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information:

The date mentioned in section V.2.1 is the date of the internal decision of awarding the contract. The contract will not be signed before the expiration of the stand-still period (10 days).

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291095
E-mail: klfu@erst.dk

Internet address:https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsensvej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address:www.kfst.dk

VI.5) Date of dispatch of this notice:
29/06/2017
Annonce Annonce
BREAKING
{{ article.headline }}
0.015|instance-web01