23948sdkhjf

Fakta om udbudet

EU-nr
2020/S 084-198931
Offentliggjort
29.04.2020
Udbudstype
Udbud med forhandling uden forudgående offentliggørelse

Udbyder

Danmarks Tekniske Universitet — DTU

Vindere

(29.04.2020)
AB Sciex Aps
2700 Brønshøj

Procurement of a 6500+QQQ_ Exion UPLC


Danmarks Tekniske Universitet — DTU

Voluntary ex ante transparency notice

Supplies

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority/entity

I.1) Name and addresses
Official name: Danmarks Tekniske Universitet — DTU
National registration number: 30060946
Postal address: Anker Engelunds Vej 1
Town: Kgs. Lyngby
NUTS code: DK012
Postal code: 2800
Country: Denmark
Contact person: Mikkel Bjerregaard Jensen
E-mail: mbjje@dtu.dk
Telephone: +45 45252525

Internet address(es):

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

I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object

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

Procurement of a 6500+QQQ_ Exion UPLC

II.1.2) Main CPV code
38433100
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The acquisition includes two liquid chromatography tandem mass spectrometry (LC-MS/MS) systems along with a 5-year service contract after the initial 1 year warranty.

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: 5 800 000.00 DKK
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
38433100
II.2.3) Place of performance
NUTS code: DK012
II.2.4) Description of the procurement:

The acquisition includes two liquid chromatography tandem mass spectrometry (LC-MS/MS) sys-tems along with a 5-year service contract after the initial 1 year warranty. The major components include the following:

MS Bench SCI 1: MS instrument bench with room for vacuum pumps within enclosure, including sound proofing and vibration dampening.

Part* Peak scientific infinity 1031 nitrogen generator: wall mountable gas generator (without the compressor) designed to provide the Curtain, Source and Exhaust pump gases for all SCIEX mass spectrometers.

EXIONLC AD UHPLC: includes 2 position 6 port valve with tubing, fittings, and mountings, cooled autosampler rated to 1 300 bar with temperature from 4 to 40C, two UHPLC pumps rated to 1 300 bar with mixer, 240 V forced air column oven with temperature range from 10C below ambient to 85C, 4 port controller board, 5 channel solvent degasser, and rack exchanger with a maximum of 12 MTPs.

StatusScope remote monitoring installation. StatusScope provides remote and real time monitoring of instrument diagnostics 24/7 to enable proactive maintenance. StatusScope also provides sample process summary reports that include metrics for instrument utilization, alarms, service history, throughput, etc.

Sciex Triple Quad 6 500 + system: enhanced high performance triple quadrupole LC-MS/MS mass spectrometer. IonDrive™ Turbo V Source that accepts either the TurboIonSpray Probe or APCI Probe TurboIonSpray Probe: Heated IonSpray probe for use in the IonDrive™ Turbo V Source. Accepts flow rates from 5 to 3 000 ul/min without splitting. APCI Probe: atmospheric pressure chemical Ionization probe for use in the Ion Drive™ Turbo V Source. Accepts flow rates from 200 to 3 000 ul/min. System include integrated syringe pump and 6 port, 2 position switching valve. One standard wet pump kit (roughing pump) system ships with data acquisition computer running windows 10 64 bit. Standard monitor TQ/QT software starter kit is required for operation and must be purchased separately. Instrument will not operate without the purchase of the TQ/QT software starter kit.

Limited warranty: standard parts and labor warranty for one year starting from the completion of instrument commissioning {as provided in SCIEX39;s written limited warranty statement and accompanying terms in the user manual or other product documentation}. Includes our StatusScope remote monitoring service and one no-charge preventative maintenance (PM) during the one-year warranty period. Also includes the Iondrive Turbo V source, ESI probe, and APCI probe.

The purchase will include MRM libraries that have been optimized for the 6 500+ system in both positive and negative mode covering a broad range of polar and non-polar metabolites.

The purchase will include pre-validated methods for lipidomics analysis with internal standard kits. The methods have been extensively tested by multiple laboratories who have provided positive references. The specific kit that is needed to run the method is the internal standards Kit for Lipidyz-er Platform, which includes more than 50 internal standard covering 10 lipid classes.

The 5-year service contract will cover all parts, labor, and travel with guaranteed 2 business day response time. The service contract includes 1 PM per year for the Exion LC and autosampler sys-tems, 1 PM per year for the 6 500+ MS system, 1 PM per year for the nitrogen generator, prioritized software phone, and online support with free upgrades of existing software and discounts on additional software licenses.

The contract also includes an option to purchase additional instrumentations within a year period after the initial purchase if we find that our application needs exceed our current estimate.

II.2.5) Award criteria
Price
II.2.11) Information about options
Options: yes
Description of options:

The contract also includes an option to purchase additional instrumentations within a year period after the initial purchase.

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
Negotiated procedure without prior publication
  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons
Explanation:

The Center for Biosustainability (CfB) provides high throughput targeted and quantitative metabolomics analysis for biotechnology applications (e.g., metabolome characterization of platform strains) and for quantitative modeling (e.g., developing kinetic models to better design cell factories in silico). Targeted and quantitative metabolomics measurements are critical to progressing biotechnology projects, and thus throughput and uptime are key considerations of our platform. In particular, quantitative modeling requires high quality data that is quite difficult to obtain. We have an existing platform that runs on SCIEX instrumentation that has been extensively validated through numerous publications and end-users for our biotechnology and quantitative modeling applications. We are looking to expand this platform to enhance our coverage of polar and non-polar metabolism.

The purchase includes pre-optimized methods and MRM libraries from SCIEX that will allow us to expand the coverage of our platform as quickly as possible. Specifically, the purchase will include lipidomics and polar metabolomics methods that have been extensively validated with full SOPs and supporting reagent kits. The purchase will also include MRM libraries for polar and non-polar metabolites that will be integrated with previously published metabolomics assays using the SCIEX family of instrumentation that have been demonstrated to work for our biotechnology and quantitative modeling applications by the scientific community.

The pre-optimized methods and MRM libraries will be fully compatibility with our existing platform. For example, we have developed an internal MRM library for polar metabolites that will complement the additional MRM libraries from SCIEX. Our internal MRM library would not be compatible with any other vendor instruments. We would also be able to transfer our existing methods directly to the new instrumentation and transfer new methods from the new instrumentation to our current SCIEX instrumentation without additional method development.

The product also includes the unique StatusScope remote monitoring service, which allows for real time and 24/7 monitoring of instrument diagnostics in order to enact proactive maintenance so as to maximize instrument uptime. Instrument uptime is crucial for the end-users of our platform who require frequent and high volumes of measurements to drive their biotechnologically projects. That StatusScope remote monitoring service along with the complete labor, installation, and parts provided by the 5 year service contract will enable us to maximize our instrument uptime for end-users.

Furthermore, in developing our current targeted and quantitative metabolomics platform, we have established a strong collaboration with SCIEX that has resulted in a technote and conference talk at an international conference. SCIEX has demonstrated their ability to provide strong method development and implementation support.

Introduction of a different system from another instrument vendor will require disproportionate additional resources by DTU CfB. Besides the methods not being compatible with our existing platform, introducing systems from another instrument vendor would require the following:

• time to retrain our existing staff on how to operate the new instrument and work with instrument and data analysis software;

• lengthy (i.e., months) and expensive analytical assay development and method validation to demonstrate that our applications work on the new vendor instruments;

• time (i.e., months) and computational resources from our bioinformaticians to validate that the resulting data is suitable for quantitative modeling;

• Additional personnel and informatics resources to maximize instrument uptime.

It is therefore DTU’s assessment that only SCIEX can deliver the required goods.

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:
23/04/2020
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
Official name: AB Sciex Aps
Town: Brønshøj
NUTS code: DK012
Postal code: 2700
Country: Denmark
The contractor/concessionaire will be an SME: no
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: 5 800 000.00 DKK
V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
Postal address: Nævnenes hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@erst.dk
Telephone: +45 35291000

Internet address: http://www.klfu.dk

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Deadlines for lodging complaints

Complaint regarding a decision on pre-qualification:

Complaint regarding a decision on pre-qualification must be submitted no later than 20 calendar days, from the date after a notification to the concerned Candidates informing them of who has been selected, has been sent and this notification includes the grounds for the decision, cf. law regarding, Complaints board (in Danish Klagenævnet for Udbud) § 7, section 1.

Complaint regarding the award of contract:

Complaint regarding the award of contract must be submitted no later than 45 calendar days from the date after the contracting authority has published a contract award notice in the European Union Official Journal informing that the contracting authority has awarded the contract, cf. Law regarding Complaints board (in Danish Klagenævnet for Udbud) § 7, section 2, subsection 1.

Complaint regarding the award of a contract under a framework agreement with a reopening of the competition:

Complaint regarding the award of a contract under a framework agreement with a reopening of the competition, shall be submitted no later than 30 calendar days form the date after the contracting authority has notified the concerned tenderers that a contract has been awarded, if the notification includes the grounds for the decision, cf. Law regarding Complaints board (in Danish Klagenævnet for Udbud) § 7, section 2, subsection 2.

Complaint regarding the award of a framework agreement:

Complaint regarding the award of a framework agreement must be submitted no later than 6 months from the date after the contracting authority have notified the concerned candidates and tenderers that award of contract has happened, cf. Law regarding the Complaints board (in Danish Klagenævnet for Udbud) § 7, section 2, subsection 3.

Complaint regarding direct award of contract:

Complaint regarding the contracting authority’s award of contract without prior publication of a contract notice in the European Union Official Journal must be submitted no later than 30 calendar days from the date after a contract award notice has been published by the contracting authority in the European Union Official Journal and that contract award notice includes the grounds for the decision to award the contract directly, cf. Law regarding Complaints board (in Danish Klagenævnet for Udbud) § 7, section 3.

Compliant regarding public procurements below the EU threshold:

Complaint regarding public procurements below the EU threshold must be submitted no later than 45 calendar days from the date after the contracting authority has notified the tenderers about the award of contract if this notification includes the grounds for the decision; and no later than 6 months after the date where the contracting authority has notified the candidates and tenderers about that award of a framework agreement, if the notification includes the grounds for the decision, cf. Law regarding Complaints board (in Danish Klagenævnet for Udbud) § 7, section 4, subsections 1 and 2. Compliant regarding a decision on pre-qualification on procurement below the EU threshold must be submitted no later than 20 calendar days from the date after the contracting authority has sent a notification to the concerned candidates regarding who has been selected and this notification includes the grounds for the decision, cf. Law regarding Complaints board (in Danish Klagenævnet for Udbud) § 7, section 5.

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000

Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
27/04/2020

Send til en kollega

0.047