2025-0818352 - Purchase of CE/MS

The Department of Animal and Veterinary Sciences, Aarhus University working with biomarkers for health, metabolic and nutritional status in farm and companion animals. Increasing focus on non-invasive methods in animal science increases the demand for analytical techniques dedicated to urine metabolomics and to this end the Department intends to buy …

CPV: 38000000 Equipamento laboratorial, óptico e de precisão (exc. óculos)
Local de execução:
2025-0818352 - Purchase of CE/MS
Local de premiação:
Aarhus Universitet
Número do prémio:
2025-0818352

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 : 2025-0818352 - Purchase of CE/MS
Description : The Department of Animal and Veterinary Sciences, Aarhus University working with biomarkers for health, metabolic and nutritional status in farm and companion animals. Increasing focus on non-invasive methods in animal science increases the demand for analytical techniques dedicated to urine metabolomics and to this end the Department intends to buy a CE/MC. Especially bovine urine poses analytical challenges, and the purchase will have to meet several criteria enabling longitudinal studies on urine and other biofluids from multiple animal species. Robustness is mandatory in longitudinal studies, and is challenged in complex matrices like bovine urine. The CE/MS must enable large versatility (operation in different modes), high selectivity, and high throughput (short run times). The analytical platform must enable analysis of carbohydrates, amino acids, peptides, proteins, organic acids, and lipids (e.g. steroids) in complex matrices.
Procedure identifier : b8027312-77a4-4678-a6a4-0d7cbe673191
Previous notice : 5ddaa37a-fa3b-4764-916a-69cad47d224b-01
Internal identifier : 2025-0818352
Type of procedure : Other single stage procedure
Justification for the accelerated procedure :
Main features of the procedure :

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 : Blichers Allé 20
Town : Tjele
Postcode : 8830
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : 2025-0818352 - Purchase of CE/MS
Description : The Department of Animal and Veterinary Sciences, Aarhus University working with biomarkers for health, metabolic and nutritional status in farm and companion animals. Increasing focus on non-invasive methods in animal science increases the demand for analytical techniques dedicated to urine metabolomics and to this end the Department intends to buy a CE/MC. Especially bovine urine poses analytical challenges, and the purchase will have to meet several criteria enabling longitudinal studies on urine and other biofluids from multiple animal species. Robustness is mandatory in longitudinal studies, and is challenged in complex matrices like bovine urine. The CE/MS must enable large versatility (operation in different modes), high selectivity, and high throughput (short run times). The analytical platform must enable analysis of carbohydrates, amino acids, peptides, proteins, organic acids, and lipids (e.g. steroids) in complex matrices.
Internal identifier : 2025-0818352

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 : Blichers Allé 20
Town : Tjele
Postcode : 8830
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Additional information :

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

Criterion :
Type : Quality
Name : Quality
Description : Specific requirements: 1. To ensure effective communication and support from supplier the CE/MS must be a single-vendor solution for best possible support, ease-of-use, robustness, reliability and full software compatibility for CE, HPLC and MS. 2. To ensure and facilitate long time stability and reliable operation, for the use of a wide range of buffers and operating conditions, the interface must be designed with a coaxial solvent sheath flow or triple tube CE/MS interface. The interface design and use of sheath liquid acts essentially as the outlet buffer for the CE and maintains a spray independent of the magnitude of the flow rate or electro-osmotic flow (EOF). 3. To allow for greatest flexibility and control when working with negative as well as positively charged compounds the nebulizer in the CE-MS interface must operate at ground potential, which decouple the CE separation conditions from the MS operation conditions. 4. The CE-MS system must be flexible and use a standard ESI flow system to allow for robust and easy connectivity with an LCMS system and allowing direct switching between UHPLC, HPLC and CE flows and connections. 5. To identify analytes in complex matrices it is important that the MS has a high mass accuracy, and MS must have mass accuracy of <2 ppm RMS (negative) and <2 ppm RMS (positive). 6. Quadrupole isolation mass range m/z 20-4,000 and TOF range of m/z 20-10,000. 7. For long term stability of analyses the CE-MS nebulizer MUST enable large droplets and neutral mobile phase additives to pass by the MS inlet capillary minimizing contamination of the inlet. 8. To prevent MS contamination from large droplets and neutral mobile phase additives passing into the MS the CE-MS sprayer MUST be spraying orthogonal, at 90 degrees, to the MS source opening. 9. To ensure durability the temperature in the capillary cassette MUST be controlled and must be air cooled.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : Following the notification, a standstill period of 10 calendar days will be held in accordance to paragraph 3 of Act No. 593 of 2 June 2016 on the Danish Act on the Complaints Board for public Procurement. This implies that the Contracting Authority cannot sign the Contract with the winning Tenderer 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.

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 : Following the notification, a standstill period of 10 calendar days will be held in accordance to paragraph 3 of Act No. 593 of 2 June 2016 on the Danish Act on the Complaints Board for public Procurement. This implies that the Contracting Authority cannot sign the Contract with the winning Tenderer 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 -

6. Results

Value of all contracts awarded in this notice : 2 877 585 Danish krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Agilent Technologies Denmark
Tender :
Tender identifier : 2025-0818352 - Purchase of CE/MS(Agilent Technologies)
Identifier of lot or group of lots : LOT-0000
Value of the tender : 2 877 585 Danish krone
Contract information :
Identifier of the contract : 2025-0818352 - Purchase of CE/MS(Agilent Technologies)
Date of the conclusion of the contract : 24/04/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 1

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 : Ann Sophie Steffensen
Email : asst@au.dk
Telephone : 23382421
Internet address : https://www.au.dk/
Roles of this organisation :
Buyer

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
Information exchange endpoint (URL) : https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
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
Information exchange endpoint (URL) : https://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Agilent Technologies Denmark
Registration number : 21852902
Town : Glostrup
Postcode : 2600
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 70130030
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
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : 209b2094-56b2-4d5a-bf91-e6ec6b74b0c4 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 05/05/2025 14:24 +00:00
Notice dispatch date (eSender) : 05/05/2025 14:31 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00291558-2025
OJ S issue number : 88/2025
Publication date : 07/05/2025