A Robotic Platform for automated synthesis and catalysis

DTU will like to buy a new robotic platform for automated synthesis and catalysis. With the investment in a new robotic platform, DTU Chemistry wants to create a state-of-the-art research and teaching environment for automated synthesis and catalysis. The platform will combine our computational and experimental expertise and foster new …

CPV: 38430000 Aparelhos de detecção e análise, 38970000 Simulador de investigação e ensaio técnico-científico, 42990000 Máquinas diversas para usos específicos, 42997300 Robôs industriais
Local de execução:
A Robotic Platform for automated synthesis and catalysis
Local de premiação:
Danmarks Tekniske Universitet - DTU
Número do prémio:
9146

1. Buyer

1.1 Buyer

Official name : Danmarks Tekniske Universitet - DTU
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : A Robotic Platform for automated synthesis and catalysis
Description : DTU will like to buy a new robotic platform for automated synthesis and catalysis. With the investment in a new robotic platform, DTU Chemistry wants to create a state-of-the-art research and teaching environment for automated synthesis and catalysis. The platform will combine our computational and experimental expertise and foster new interdisciplinary and innovative research projects in perfect “sync”. Furthermore, the platform will also allow us to develop a new course with practical exercises in laboratory robotics. The platform must be able to dispense liquids volumetrically and solids gravimetrically into reaction vials with high precision and accuracy. The robot must be able to register the vials and screw lids on and off. Furthermore, the robot must include reaction blocks, allowing parallel experiments under controlled reaction conditions, such as mixing, temperature, pressure, and atmosphere. The robotic platform must be modular to enable future add-ons to the system, such as integrated equipment for sample separation or analysis.
Procedure identifier : a931a94a-a425-477c-ae72-59f261b9a02f
Previous notice : ea337feb-73d2-4a8a-ba50-51bb76979a9f-01
Internal identifier : 9146
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : After receipt of the Tenderer’s initial tender (Tender 1), DTU will initiate negotiations with each of the Tenderers. The Tenderer must be aware that DTU is entitled to award the contract based on the Tenderer’s initial tender (Tender 1). If DTU chooses to award the contract based on the Tenderer’s initial tender (Tender 1), negotiations will not be completed. DTU expects to have one negotiation with each of the prequalified Tenderers. After each negotiation the Tenderer is requested to submit an updated tender (Tender 2, Tender 3, etc.). DTU can repeat the procedure of requesting updated and revised tenders, until DTU has awarded the contract. Both the initial and revised tender can/will be considered as the Tenderer’s ”final tender”. As DTU can award the contract at any time (based on the initial or revised tender) to the Tenderer, who according to the evaluation criterion has submitted the best tender, the Tenderer is requested always to submit complete tenders without reservations. Negotiation rounds will be held at DTU Lyngby or online. During the negotiation DTU will review the tender and clarify any misunderstandings or inexpediencies. At the same time DTU will give the Tenderer information about relatively strong and weak aspects of the tender. Subsequently the Tenderer can give feedback on the tender documents. In this connection the Tenderer’s improvement proposals to the tender documents specified in Appendix D - Improvement proposals from the Tenderer is reviewed.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38430000 Detection and analysis apparatus
Additional classification ( cpv ): 38970000 Research, testing and scientific technical simulator
Additional classification ( cpv ): 42990000 Miscellaneous special-purpose machinery
Additional classification ( cpv ): 42997300 Industrial robots

2.1.2 Place of performance

Town : Kgs. Lyngby
Postcode : 2800
Country subdivision (NUTS) : Nordsjælland ( DK013 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 6 000 000 Danish krone

2.1.4 General information

Call for competition is terminated
Additional information : 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’). All Tenderers must complete and hand in the European Single Procurement Document (ESPD) as part of the tender procedure. Documentation for Information Stated in the ESPD: 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 Tenderer relies 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, subsection1 (participation in a criminal organi-zation, 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, sub-section 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.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : A Robotic Platform for automated synthesis and catalysis
Description : DTU will like to buy a new robotic platform for automated synthesis and catalysis. With the investment in a new robotic platform, DTU Chemistry wants to create a state-of-the-art research and teaching environment for automated synthesis and catalysis. The platform will combine our computational and experimental expertise and foster new interdisciplinary and innovative research projects in perfect “sync”. Furthermore, the platform will also allow us to develop a new course with practical exercises in laboratory robotics. The platform must be able to dispense liquids volumetrically and solids gravimetrically into reaction vials with high precision and accuracy. The robot must be able to register the vials and screw lids on and off. Furthermore, the robot must include reaction blocks, allowing parallel experiments under controlled reaction conditions, such as mixing, temperature, pressure, and atmosphere. The robotic platform must be modular to enable future add-ons to the system, such as integrated equipment for sample separation or analysis.
Internal identifier : 9146

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38430000 Detection and analysis apparatus
Additional classification ( cpv ): 38970000 Research, testing and scientific technical simulator
Additional classification ( cpv ): 42990000 Miscellaneous special-purpose machinery
Additional classification ( cpv ): 42997300 Industrial robots
Options :
Description of the options : Second year of warranty.

5.1.2 Place of performance

Town : Kgs. Lyngby
Postcode : 2800
Country subdivision (NUTS) : Nordsjælland ( DK013 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 16 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 6 000 000 Danish krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : 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’). All Tenderers must complete and hand in the European Single Procurement Document (ESPD) as part of the tender procedure. Documentation for Information Stated in the ESPD: 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 Tenderer relies 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, subsection1 (participation in a criminal organi-zation, 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, sub-section 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.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the tender material.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality and functionality
Description : See the tender material.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
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 : 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.

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 : 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 additional information about the procurement procedure : Danmarks Tekniske Universitet - DTU -
Organisation providing offline access to the procurement documents : Danmarks Tekniske Universitet - DTU -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation whose budget is used to pay for the contract : Danmarks Tekniske Universitet - DTU
Organisation executing the payment : Danmarks Tekniske Universitet - DTU
Organisation signing the contract : Danmarks Tekniske Universitet - DTU

6. Results

Value of all contracts awarded in this notice : 678 981,53 Danish krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Chemspeed Technologies AG
Tender :
Tender identifier : 9146
Identifier of lot or group of lots : LOT-0000
Value of the tender : 6 378 981,53 Danish krone
Contract information :
Identifier of the contract : 9146
Title : Agreement on a Robotic Platform for automated synthesis and catalysis
Date on which the winner was chosen : 01/04/2025
Date of the conclusion of the contract : 07/04/2025
Organisation signing the contract : Danmarks Tekniske Universitet - DTU

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

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) : Byen København ( DK011 )
Country : Denmark
Contact point : Trine Louise Dahl
Telephone : +45 33344023
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
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 : Nævnenes hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
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) : Byen København ( DK011 )
Country : Denmark
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Chemspeed Technologies AG
Registration number : CHE-102.298.696
Town : Füllinsdorf
Postcode : 4414
Country subdivision (NUTS) : Basel-Landschaft ( CH032 )
Country : Switzerland
Telephone : +41618169500
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 : 83f4484f-52a4-486a-ab0a-0e22ce78a6f1 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 08/04/2025 07:26 +00:00
Notice dispatch date (eSender) : 08/04/2025 08:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00229731-2025
OJ S issue number : 70/2025
Publication date : 09/04/2025