23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på MedTechNews
Ingen binding eller kortoplysninger krævet
Gælder kun personlig abonnement.
Kontakt os for en virksomhedsløsning.
Annonce
Annonce

Fakta om udbudet

EU-nr
Offentliggjort
14.07.2025
Udbudstype
Andre

Udbyder

Aalborg University

Molecular profiling of pre-diagnostic inflammatory bowel disease serum samples


Aalborg University

458762-2025 - Competition
Denmark – Blood analysis services – Molecular profiling of pre-diagnostic inflammatory bowel disease serum samples
OJ S 132/2025 14/07/2025
Contract or concession notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official name Aalborg University
Email anneka@adm.aau.dk
Legal type of the buyer Organisation awarding a contract subsidised by a central government authority
Activity of the contracting authority Education
2. Procedure
2.1.
Procedure
Title Molecular profiling of pre-diagnostic inflammatory bowel disease serum samples
Description AAU has received a grant to do molecular profiling on thousands of pre-diagnostic IBD serum samples and matched population controls. This will help to understand IBD aetiology and enable disease prediction. The timelines of the project are driven by the funding agreement with the Foundation funding the project. This is a high-profile project where it is crucial to deliver high-level research. AAU seeks two suppliers to help us deliver on the project – one to do genetic and epigenetic profiling and the other to do metabolomic and proteomic profiling.
Procedure identifier 82973018-4538-4855-8f5c-9ced687ff5f4
Type of procedure Open
The procedure is accelerated no
Main features of the procedure The call for tender is an open procedure subject to the provisions of section 56-57 of the Danish Act on Tender Procedures (Udbudsloven) (Act No. 116 of 03/02/2025), which means that any interested Tenderer may submit a tender.
2.1.1.
Purpose
Main nature of the contract Services
Main classification   ( cpv ):  85111810   Blood analysis services
Additional classification   ( cpv ):  85145000   Services provided by medical laboratories
2.1.2.
Place of performance
Anywhere in the European Economic Area
2.1.4.
General information
Legal basis
Directive 2014/24/EU
2.1.5.
Terms of procurement
Terms of submission
Maximum number of lots for which one tenderer can submit tenders 2
Terms of contract
Maximum number of lots for which contracts can be awarded to one tenderer 2
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion Notice
Corruption Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator.
Fraud Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Money laundering or terrorist financing Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Participation in a criminal organisation Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Terrorist offences or offences linked to terrorist activities Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
Child labour and including other forms of trafficking in human beings Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
Grave professional misconduct Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure Can the economic operator confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Breaching obligation relating to payment of social security contributions Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Breaching obligation relating to payment of taxes Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Arrangement with creditors Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Insolvency Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
5. Lot
5.1.
Lot LOT-0001
Title Genotyping and methylation
Description Agreement regarding Genotyping and Methylation analyses, where requirements for the agreement is stated in the requirement specification. It is possible to submit parallel offers for the agreement. The Tenderer can submit up to 6 offers within the combinations in the tender specification section 7.
5.1.1.
Purpose
Main nature of the contract Services
Main classification   ( cpv ):  85111810   Blood analysis services
Additional classification   ( cpv ):  85145000   Services provided by medical laboratories
5.1.2.
Place of performance
Anywhere in the European Economic Area
5.1.3.
Estimated duration
Other duration Unknown
5.1.6.
General information
Reserved participation Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)yes
5.1.9.
Selection criteria
Sources of selection criteria European Single Procurement Document (ESPD)
5.1.10.
Award criteria
Criterion
TypePrice
Name Price
Description The sub-criterion "Price" is assessed relatively. The offers are thus assessed in relation to the other offers received. In connection with the final evaluation, a scoring model will be used, where prices are converted into points, which can then be weighted against points for qualitative criteria in an overall assessment. In the price evaluation, AAU will apply the linear consideration: Points for quotation = 10 – (10 x ((TP – LP) / (HP – LP))) TP = Offered Price ("Total Offer Price") LP = Lowest price (lowest "Total Offer Price") HP = 50% higher than LP The method assigns maximum points to the cheapest tender, on a scale from 0 to 10, while other tenders are awarded maximum points with a deduction corresponding to their submission from the cheapest tender. This method will be used in cases where the spread in the prices received is between 0% and 100%. Secondary evaluation method Page 14 af 19 If the prices received turn out to be significantly different than expected, an evaluation method based on a pricing model will instead be used, where the points for the qualitative criteria are converted into prices, which can then be combined with the tender price in the overall evaluation. In that case, AAU will use the OSLO model: Calculated price=Offered price x (1+percentage markup) Percentage markup=Maximum points−Offer points Maximum points x Factor Factor= Weight of qualitative criterionPrice criterion weight First, the qualitative criteria are awarded points on a scale from 0 to 10. Via a conversion factor, the points are converted into an amount and the amount is included as an addition to the price offered, which results in a calculated price. The lowest calculated price will then be the most economically advantageous offer. If an offer achieves maximum points on all qualitative criteria, the surcharge will be 0. The supplement becomes larger the fewer points are obtained. This method will be used in cases where the dispersion in the prices received is more than 100%.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 40,00
Criterion
TypeQuality
Name Quality
Description Point scale will be used, see the tender specification section 8.2. Offered combination of DNA genotyping and Methylation profiling: weighting 70 %. Basis for assessment is the Tenderer’s offered methods according to requirement specification item 1.5 and 1.9. Evaluation will be based on the points listed in the table in tender specifications section 8.2. Handling of historical samples: weighing 30 %. Basis for assessment is the Tenderer’s description in the requirement specification item 3.1. The more relevant and substantiated approach, the higher the offer will be evaluated.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 60,00
5.1.11.
Procurement documents
5.1.12.
Terms of procurement
Terms of submission
Electronic submission Required
Languages in which tenders or requests to participate may be submitted English
Electronic catalogue Not allowed
Variants Not allowed
Tenderers may submit more than one tender Allowed
Deadline for receipt of tenders 15/07/2025   22:00:00 (UTC) Western European Time, GMT
Deadline until which the tender must remain valid 3   Months
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmes No
Electronic invoicing Required
Electronic ordering will be used no
Electronic payment will be used yes
5.1.15.
Techniques
Framework agreement
No framework agreement
Information about the dynamic purchasing system
No dynamic purchase system
Electronic auction no
5.1.16.
Further information, mediation and review
Review organisation Klagenævnet for Udbud
Information about review deadlines : 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union stating that the contracting entity has concluded a contract.
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate Aalborg University
Organisation processing tenders Aalborg University
5.1.
Lot LOT-0002
Title NMR and proteomics
Description Agreement regarding NMR and proteomics analyses, where requirements for the agreement is stated in the requirement specification
5.1.1.
Purpose
Main nature of the contract Services
Main classification   ( cpv ):  85111810   Blood analysis services
Additional classification   ( cpv ):  85145000   Services provided by medical laboratories
5.1.2.
Place of performance
Anywhere in the European Economic Area
5.1.3.
Estimated duration
Other duration Unknown
5.1.6.
General information
Reserved participation Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) yes
5.1.9.
Selection criteria
Sources of selection criteria European Single Procurement Document (ESPD)
5.1.10.
Award criteria
Criterion
TypePrice
Name Price
Description The sub-criterion "Price" is assessed relatively. The offers are thus assessed in relation to the other offers received. In connection with the final evaluation, a scoring model will be used, where prices are converted into points, which can then be weighted against points for qualitative criteria in an overall assessment. In the price evaluation, AAU will apply the linear consideration: Points for quotation = 10 – (10 x ((TP – LP) / (HP – LP))) TP = Offered Price ("Total Offer Price") LP = Lowest price (lowest "Total Offer Price") HP = 50% higher than LP The method assigns maximum points to the cheapest tender, on a scale from 0 to 10, while other tenders are awarded maximum points with a deduction corresponding to their submission from the cheapest tender. This method will be used in cases where the spread in the prices received is between 0% and 100%. Secondary evaluation method Page 14 af 19 If the prices received turn out to be significantly different than expected, an evaluation method based on a pricing model will instead be used, where the points for the qualitative criteria are converted into prices, which can then be combined with the tender price in the overall evaluation. In that case, AAU will use the OSLO model: Calculated price=Offered price x (1+percentage markup) Percentage markup=Maximum points−Offer points Maximum points x Factor Factor= Weight of qualitative criterionPrice criterion weight First, the qualitative criteria are awarded points on a scale from 0 to 10. Via a conversion factor, the points are converted into an amount and the amount is included as an addition to the price offered, which results in a calculated price. The lowest calculated price will then be the most economically advantageous offer. If an offer achieves maximum points on all qualitative criteria, the surcharge will be 0. The supplement becomes larger the fewer points are obtained. This method will be used in cases where the dispersion in the prices received is more than 100%.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 40,00
Criterion
TypeQuality
Name Quality
Description Point scale will be used, see the tender specification section 8.2. Biomarker: weighting 70 %. Basis for assessment is the Tenderer’s description in the requirement specification item 1.3. The evaluation will be based on how relevant the offered biomarker is in relation to the purpose of the overall analysis. Handling of historical samples: weighing 30 %. Basis for assessment is the Tenderer’s description in the requirement specification item 3.1. The more relevant and substantiated approach, the higher the offer will be evaluated.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 60,00
5.1.11.
Procurement documents
5.1.12.
Terms of procurement
Terms of submission
Electronic submission Required
Languages in which tenders or requests to participate may be submitted English
Electronic catalogue Not allowed
Variants Not allowed
Tenderers may submit more than one tender Not allowed
Deadline for receipt of tenders 15/07/2025   22:00:00 (UTC) Western European Time, GMT
Deadline until which the tender must remain valid 3   Months
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmes No
Electronic invoicing Required
Electronic ordering will be used no
Electronic payment will be used yes
5.1.15.
Techniques
Framework agreement
No framework agreement
Information about the dynamic purchasing system
No dynamic purchase system
Electronic auction no
5.1.16.
Further information, mediation and review
Review organisation Klagenævnet for Udbud
Information about review deadlines : 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union stating that the contracting entity has concluded a contract.
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
8. Organisations
8.1.
ORG-0001
Official name Aalborg University
Registration number 29102384
Postal address Fredrik Bajers Vej 7K
Town Aalborg Øst
Postcode 9220
Country subdivision (NUTS) Nordjylland  ( DK050 )
Country Denmark
Contact point Anne Kielgast Andersen
Email anneka@adm.aau.dk
Telephone 99402630
Roles of this organisation
Buyer
Organisation receiving requests to participate
Organisation processing tenders
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 72405600
Information exchange endpoint (URL) https://naevneneshus.dk/start-din-klage/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
Email kfst@kfst.dk
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 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
Notice information
Notice identifier/version f5e096ed-4269-479d-811c-6e5b11b26f8e   -   01
Form type Competition
Notice type Contract or concession notice – standard regime
Notice subtype 16
Notice dispatch date 11/07/2025   12:13:52 (UTC) Western European Time, GMT
Notice dispatch date (eSender) 11/07/2025   12:18:16 (UTC) Western European Time, GMT
Languages in which this notice is officially available English
Notice publication number 458762-2025
OJ S issue number 132/2025
Publication date 14/07/2025
Annonce Annonce
BREAKING
{{ article.headline }}
0.11|instance-web03