Bekanntmachung
European Chemical Biology Library Extension EUOS-2025-0001
Contracting party and service provider | |
Buyer | Official name: EU-OPENSCREEN ERIC Identification number: HRA 54982 Internet adress (URL): https://www.eu-openscreen.eu/ Postal address: Robert-Rössle-Str. 10, Building 87 Postcode / Town: 13125 Berlin NUTS-3-Code: DE300 Country: Germany Contact point: PTG Consulting AG, Mergentheimer Straße 76a, 97082 Würzburg E-mail: ausschreibung@ptgconsulting.de Telephone: 000 Type of contracting authority: EU institution, body or agency Main activities of the contracting authority: Education |
Leading member: Yes Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers: No Central purchasing body acquiring supplies and/or services intended for other buyers: No |
Procedure | |
Purpose | |
Legal basis | Directive 2014/24/EU |
Description | Internal identifier: EUOS-2025-0001 Title: European Chemical Biology Library Extension Description: European Chemical Biology Library Extension Nature of the contract: Supplies |
Scope of the procurement | Estimated value excluding VAT (in Euro): 529,000.00 EUR |
Main classification (CPV code) | |
CPV Code Main Body: 24320000-3 | |
Place where the procurement for the entire procedure is to take place | Postal address: EU-OPENSCREEN ERIC, Robert-Rössle-Str. 10, Building 87 Postcode / Town: 13125 Berlin NUTS-3-Code: DE300 Country: Germany |
Tendering terms | |
Basis for the exclusion | Procurement documents Notice |
Exclusion grounds |
Reason: Proceedings comparable to insolvency Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Corruptibility, granting of advantages and bribery Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Participation in a criminal organisation Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Restrictive agreements Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Breaching of obligations in the fields of environmental law Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Money laundering or terrorist financing Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Fraud or subsidy fraud Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Child labour and other forms of trafficking in human beings Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Insolvency Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Breaching of obligations in the fields of labour law Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Insolvency Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Deception or undue interference with the procurement procedure Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Conflict of interest Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Distortion of competition due to prior version Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Grave misconduct Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Poor performance of a previous public contract Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Violations of social obligations Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Violations of obligations to pay social security contributions Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Business activities are suspended Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Violations of obligations to pay taxes or dutie Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Formation of terrorist organisations Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. Reason: Purely national reasons for exclusion Description: Reference is made to Sections 123 and 124 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB). Proof of the absence of grounds for exclusion is provided by submitting the electronically complete filled in Questionaire for qualification verification (aidf-file) in the AI Biddingcockpit. + === Self-Declaration of obligations relating to the payment of taxes, charges or social security contributions: The tenderer/bidder has to confirm, that he has fulfilled his obligations relating to the payment of taxes, charges or social security contributions. + === Self Declaration of no final administrative fine of at least 2.500 EUR: The tenderer/bidder hast to confirm, that no final administrative fine of at least 2.500 € has been issued against his undertaking for the last three years because of - violation of § 23 of the Posted Workers Act (Arbeitnehmerentsendegesetz) or - violation of § 21 of the Minimum Wage Act (Mindestlohngesetz) or - violation of § 98 c of the Residence Act (Aufenthaltsgesetz) nor he has been sentenced to imprisonment of more than three months or to pay a fine of more than 90 daily rates or at least of 2.500 € because of - violation of § 21 of the Control of Unreported Employment Act (Schwarzarbeitsbekämpfungsgesetz). The tenderer/bidder has to confirm that he also have not committed serious misconduct during this time concerning § 23 Posted Workers Act, § 21 Minimum Wage Act, § 98 c Residence Act or § 21 Control of Unreported Employment Act. + === Self-Declaration on EU-Sanctions against Russia: It is prohibited to award public contracts or concessions that fall within the scope of the Public Procurement Directives and Articles 10(1), (3), (6)(a) to (e), (8), (9) and (10) and Articles 11, 12, 13 and 14 of Directive 2014/23/EU, Articles 7 and 8, Article 10(b) to (f) and (h) to (j) of Directive 2014/24/EU, Article 18, Article 21(b) to (e) and (g) to (i), Article 29 and Article 30 of Directive 2014/25/EU and Article 13(a) to (d), (f) to (h) and (j) of Directive 2009/81/EC, to the following persons, entities or bodies or to continue to perform contracts with such persons, entities or bodies. In accordance with Regulation (EU) 2022/576, public contracts and concessions may not be awarded to persons or companies with a connection to Russia within the meaning of the regulation after April 9, 2022. This includes persons or companies acting directly as applicants, bidders or contractors as well as indirectly, with more than ten percent of the contract value, participating subcontractors, suppliers or suitable lenders. A connection to Russia within the meaning of the regulation exists a) through the Russian nationality of the applicant/bidder or the establishment of the applicant/bidder in Russia, b) through the participation of a natural person or a company to which one of the criteria under letter a applies in the applicant/bidder through the holding of shares of more than 50 percent, c) by the applicant/bidder acting on behalf of or on the instructions of persons or companies to which the criteria of letters a and/or b apply. The tenderer/bidder has to declare that none of the cases listed in letters a) to c) apply to his company. He has to declare that for the execution of the contract for parts of the service - will not make use of the capacities of the persons or companies named in letters a) to c) (eligibility loan). - he has not contracted any of the persons or companies named in letters a) to c) as subcontractors. - He has not contracted any of the persons or companies named in letters a) to c) as suppliers. === Direct Link to Questionaire for qualification verification: https://tender-portal.com/NetServer/SelectionCriteria/54321-Tender-1985004bda9-6ae51fa906b2b5e0 |
Cross-border legislation | |
Details of the type of procedure | |
Type of procedure | Type of procedure: Open procedure |
Offers required for all lots: No | |
Additional information | Additional information: Tenders/Bids are submitted exclusively electronically via the tendering platform https://tender-portal.com/ === There, the tender documents must be opened, processed and submitted using the AI Biddingcockpit after the bidders have registered on the platform free of charge. Tenders must be submitted electronically. Only receipt by the contracting authority is decisive for the receipt of tenders in time. It should be noted that problems may occur when uploading bids. Bidders are therefore required to start the upload process in good time so that any problems can be resolved. === Questions about the documents or the procurement procedure must be submitted exclusively via AI Biddingcockpit. The questions received in good time will be checked by the contracting authority and then answered anonymously to all bidders via the tender platform. Information is not provided by telephone. === Information and FAQs on using the AI Biddingcockpit can be found at the following link: https://www.bietercockpit.de/faq.html |
Lot distribution | |
Maximum number of lots | Maximum number of lots for which one tenderer can submit tenders: 6 Maximum number of lots for which contracts can be awarded to one tenderer: 6 |
Procurement information (general) | |
Tendering process | |
Previous notice on this procedure (prior information, ...) | |
Conditions of the auction | An electronic auction is conducted: No |
Procurement procedures | Framework agreement: No framework agreement |
Information on the dynamic purchasing system: Not applicable |
|
Tendering terms | |
Source of selection criteria |
Notice |
Selection criteria | Eintragung in das Handelsregister Description: Extract from Trade Register or Certificate of Registration and Description of Business Activities: Extract from Trade Register (copy) (if the tenderer has an entry) or alternatively a comparable Certificate of Registration and Description of Business Activities. Direct Link to Questionaire for qualification verification: https://tender-portal.com/NetServer/SelectionCriteria/54321-Tender-1985004bda9-6ae51fa906b2b5e0 Durchschnittlicher Jahresumsatz Description: Economic and Financial Standing - Annual Turnover - Minimum Requirement: Annual Turnover and the annual Turnover within the area covered by the contract is and we confirm that we have not intentionally made false statements during the procurement procedure concerning our eligibility. The Minimum Average Turnover in Compound Libraries within the last three completed financial years for each Lot is defined as follows: - Lot 1 - Diversity: 400,000 € - Lot 2 - RNA Binders: 144,000 € - Lot 3 - Chemogenomics1: 180,000 € - Lot 4 - Chemogenomics2: 40,000 € - Lot 5 - PROTAC: 264,000 € - Lot 6 - MolecularGlueDegradersE3: 30,000 € Direct Link to Questionaire for qualification verification: https://tender-portal.com/NetServer/SelectionCriteria/54321-Tender-1985004bda9-6ae51fa906b2b5e0 Referenzen zu bestimmten Lieferungen Description: Technical and Professional Ability - List of References: List of References (supply contracts concerning comparable Compound Libraries) The commencement of contract has to date back at least 1 year and maximal 3 years from the deadline for submission of bids/tenders. The following information must be provided for each reference: - Recipient - Net order value - Date/Period of Performance - Description Direct Link to Questionaire for qualification verification: https://tender-portal.com/NetServer/SelectionCriteria/54321-Tender-1985004bda9-6ae51fa906b2b5e0 |
Further conditions for qualification | Request of documents: A subsequent claim of documents after the deadline is not excluded Additional information: The contracting entity may, in compliance with the principles of transparency and equal treatment, ask the candidate or tenderer to complete, send on or correct any incomplete, missing or incorrect business-related documents, particularly self-declarations, statements, certificates or other means of proof, or to complete or send on any incomplete or missing documents related to the performance. |
Reserved procurement | Participation is reserved to protected workshops and economic operators aiming at the social and professional integration of people with disabilities or disadvantaged persons: No |
Variants | Variants are permitted: No |
Regularly recurring services | |
Order for regularly recurring services: No Tenderers may submit more than one tender: No |
|
Requirements for the execution of the order | |
Reserved contract execution | The execution of the order is reserved to certain contractors: No |
Terms of service | Conditions for the execution of the contract: See tender documents. |
eInvoice | Electronic invoicing: Yes |
Requirements | The names and professional qualifications of the staff assigned to perform the contract must be given: Not required |
Post award process | Electronic ordering will be used: Yes Electronic payment will be used: Yes |
Organisation receiving tenders | to the abovementioned address |
Information on the submission | |
Deadlines | |
Deadline for receipt of tenders: 08.09.2025 14:00 clock | |
Binding period | Duration in days: 43 (from the closing date for the receipt of offers) |
Submission language | Languages in which tenders or requests to participate may be submitted: ENG |
Opening of offers | |
Date/time of the offer opening: 08.09.2025 14:00 clock Additional information: Bidders/tenderers are not admitted to the bid opening. |
|
Submission method | Electronic submission allowed: Yes Address for submission (URL): https://tender-portal.com/NetServer/TenderingProcedureDetails?function=_Details&TenderOID=54321-Tender-1985004bda9-6ae51fa906b2b5e0 |
Procurement documents | The order documents are available free of charge for unrestricted and complete direct access at (URL): https://tender-portal.com/NetServer/TenderingProcedureDetails?function=_Details&TenderOID=54321-Tender-1985004bda9-6ae51fa906b2b5e0
Binding language version of the tender documents: ENG |
Ad hoc Communication channel | |
Organisation providing additional information | above mentioned contact point |
Review | |
Deadlines for review procedures | Information about review deadlines: Section 160 Competition Act (Gesetz gegen Wettbewerbsbeschränkungen - GWB): Initiation of the Proceedings, Application === (1) The public procurement tribunal shall initiate review proceedings only upon application. === (2) Every undertaking that has an interest in the public contract or the concession and claims that its rights under Section 97(6) have been violated by non-compliance with the provisions governing the awarding of public contracts has the right to file an application. In doing so, the undertaking must show that it has been or risks being harmed by the alleged violation of public procurement provisions. === (3) The application is inadmissible if --- 1. the applicant became aware of the claimed violation of public procurement provisions before filing the application for review, but did not complain to the contracting authority within a time limit of 10 calendar days; the expiry of the time limit under Section 134(2) remains unaffected, --- 2. violations of public procurement provisions which become apparent from the tender notice are not notified to the contracting authority by the end of the time limit for the application or the submission of a tender specified in the notice, --- 3. violations of public procurement provisions which only become apparent from the procurement documents are not notified to the contracting authority by the end of the time limit for the application or the submission of a tender specified in the notice, --- 4. more than 15 calendar days have expired since receipt of notification from the contracting entity that it is unwilling to redress the objection. === Sentence 1 shall not apply to an application under Section 135(1) no 2 to have the contract declared ineffective. Section 134(1) sentence 2 shall remain unaffected. |
Office for Appeal/Review Procedures | Official name: Vergabekammer des Landes Berlin Identification number: t:030-9013-8316 Postal address: Martin-Luther-Str. 105 Postcode / Town: 10825 Berlin NUTS-3-Code: DE300 Country: Germany E-mail: vergabekammer@senweb.berlin.de Telephone: +49 3090138316 Fax.: +49 3090285300 |
Organisation providing verification information | |
Mediation organisation |
Procurement information (Lot 1) | |
Tendering process | |
Description of the lot | Title: Diversity Description: EU-OPENSCREEN (EU-OS) is a European Research Infrastructure Consortium (ERIC). It provides world-class services to academia and industry in the fields of small molecule screening and medicinal chemistry. Thereby, it promotes the rich chemical knowledge of Europe and enables systematic studies of a larger collection of compounds leading to novel insights into cellular and organismal metabolic and signaling pathways. EU-OS hosts in its facilities the European Chemical Biology Library (ECBL). ECBL is defined as a general-purpose screening library and is used by the screening platforms that are affiliated with the EU-OS research infrastructure. Its current size is 100’000 compounds and shall now be extended by various sub-libraries of different compound classes and design principles. For each of these sub-libraries, the EU-OPENSCREEN consortium has compiled lists with desired compound structures. Each of the sub-libraries corresponds to a different lot that is awarded to a vendor. === Lot 1: - Name: Diversity - Minimum number of compounds: 5000 - Maximum price: 200000 € - Annex file: Annex_Lot1_Diversity.csv The annex file "Annex_Lot1_Diversity.csv" contains a group column depicting the scaffold. Only one compound out of each group number must be offered. === Further details can be found in the tender documents. |
Scope of the procurement | This type of contract is also particularly suitable for small, medium and small companies (SMEs): Geschätzter Wert ohne MwSt. (in Euro): 200,000.00 EUR |
Main classification (CPV code) | CPV code main body: 24320000-3 |
Type of contract award | Type of strategic procurement: |
Information on the Clean Vehicles Directive | Procurement falls within the scope of Directive 2009/33/EC of the European Parliament and of the Council (Clean Vehicles Directive - CVD): No |
Place of performance | Postal address: EU-OPENSCREEN ERIC, Robert-Rössle-Str. 10, Building 87 Postcode / Town: 13125 Berlin NUTS-3-Code: DE300 Country: Germany |
Estimated duration |
Start date of: 01.10.2025 End date of the term: 12.12.2025 |
Extensions and options | |
Government Procurement Agreement | Procurement is covered by the Public Procurement Agreement: Yes |
Use of EU funds | The procurement is at least partially financed by European Union funds: No |
Additional information | |
Conditions for submitting an offer | |
Award criteria | Quality criterion Maximum Delivery Quantity, Description: The only award criterion is the delivery quantity offered by each bidder, which can be offered at or below the maximum price. === Point evaluation: As only the delivery quantity to be evaluated is considered an award criterion, the most economical bid is determined only by the largest delivery quantity offered, which is provided at the maximum price or below. === Award of contract: The contract is awarded to the bidder who offers the largest delivery quantity and meets the upper price limit and all other formal requirements. === In case that multiple bids have the same number of compounds the bid with the lowest price is awarded., Weighting: 100.00 Price, Description: Maximum Price: === The tender documents clearly specify a maximum admissible price per delivery quantity. Bids that exceed this price will be excluded from the procedure. === Minimum quality requirements and the type of service are defined in the specifications and serve as exclusion criteria. === To summarize, all bids that exceed the maximum price or do not meet the minimum requirements are excluded. === In case that multiple bids have the same number of compounds the bid with the lowest price is awarded., Weighting: 0.00 |
Electronic catalog | Electronic catalog: No |
Procurement information (Lot 2) | |
Tendering process | |
Description of the lot | Title: RNA Binders Description: EU-OPENSCREEN (EU-OS) is a European Research Infrastructure Consortium (ERIC). It provides world-class services to academia and industry in the fields of small molecule screening and medicinal chemistry. Thereby, it promotes the rich chemical knowledge of Europe and enables systematic studies of a larger collection of compounds leading to novel insights into cellular and organismal metabolic and signaling pathways. EU-OS hosts in its facilities the European Chemical Biology Library (ECBL). ECBL is defined as a general-purpose screening library and is used by the screening platforms that are affiliated with the EU-OS research infrastructure. Its current size is 100’000 compounds and shall now be extended by various sub-libraries of different compound classes and design principles. For each of these sub-libraries, the EU-OPENSCREEN consortium has compiled lists with desired compound structures. Each of the sub-libraries corresponds to a different lot that is awarded to a vendor. === Lot 2: - Name: RNA Binders - Minimum number of compounds: 1800 - Maximum price: 72000 € - Annex file: Annex_Lot2_RNABinders.csv === Further details can be found in the tender documents. |
Scope of the procurement | This type of contract is also particularly suitable for small, medium and small companies (SMEs): Geschätzter Wert ohne MwSt. (in Euro): 72,000.00 EUR |
Main classification (CPV code) | CPV code main body: 24320000-3 |
Type of contract award | Type of strategic procurement: |
Information on the Clean Vehicles Directive | Procurement falls within the scope of Directive 2009/33/EC of the European Parliament and of the Council (Clean Vehicles Directive - CVD): No |
Place of performance | Postal address: EU-OPENSCREEN ERIC, Robert-Rössle-Str. 10, Building 87 Postcode / Town: 13125 Berlin NUTS-3-Code: DE300 Country: Germany |
Estimated duration |
Start date of: 01.10.2025 End date of the term: 12.12.2025 |
Extensions and options | |
Government Procurement Agreement | Procurement is covered by the Public Procurement Agreement: Yes |
Use of EU funds | The procurement is at least partially financed by European Union funds: No |
Additional information | |
Conditions for submitting an offer | |
Award criteria | Quality criterion Maximum Delivery Quantity, Description: The only award criterion is the delivery quantity offered by each bidder, which can be offered at or below the maximum price. === Point evaluation: As only the delivery quantity to be evaluated is considered an award criterion, the most economical bid is determined only by the largest delivery quantity offered, which is provided at the maximum price or below. === Award of contract: The contract is awarded to the bidder who offers the largest delivery quantity and meets the upper price limit and all other formal requirements. === In case that multiple bids have the same number of compounds the bid with the lowest price is awarded., Weighting: 100.00 Price, Description: Maximum Price: === The tender documents clearly specify a maximum admissible price per delivery quantity. Bids that exceed this price will be excluded from the procedure. === Minimum quality requirements and the type of service are defined in the specifications and serve as exclusion criteria. === To summarize, all bids that exceed the maximum price or do not meet the minimum requirements are excluded. === In case that multiple bids have the same number of compounds the bid with the lowest price is awarded., Weighting: 0.00 |
Electronic catalog | Electronic catalog: No |
Procurement information (Lot 3) | |
Tendering process | |
Description of the lot | Title: Chemogenomics1 Description: EU-OPENSCREEN (EU-OS) is a European Research Infrastructure Consortium (ERIC). It provides world-class services to academia and industry in the fields of small molecule screening and medicinal chemistry. Thereby, it promotes the rich chemical knowledge of Europe and enables systematic studies of a larger collection of compounds leading to novel insights into cellular and organismal metabolic and signaling pathways. EU-OS hosts in its facilities the European Chemical Biology Library (ECBL). ECBL is defined as a general-purpose screening library and is used by the screening platforms that are affiliated with the EU-OS research infrastructure. Its current size is 100’000 compounds and shall now be extended by various sub-libraries of different compound classes and design principles. For each of these sub-libraries, the EU-OPENSCREEN consortium has compiled lists with desired compound structures. Each of the sub-libraries corresponds to a different lot that is awarded to a vendor. === Lot 3: - Name: Chemogenomics1 - Minimum number of compounds: 450 - Maximum price: 90000 € - Annex file: Annex_Lot3_Chemogenomics1.csv === Further details can be found in the tender documents. |
Scope of the procurement | This type of contract is also particularly suitable for small, medium and small companies (SMEs): Geschätzter Wert ohne MwSt. (in Euro): 90,000.00 EUR |
Main classification (CPV code) | CPV code main body: 24320000-3 |
Type of contract award | Type of strategic procurement: |
Information on the Clean Vehicles Directive | Procurement falls within the scope of Directive 2009/33/EC of the European Parliament and of the Council (Clean Vehicles Directive - CVD): No |
Place of performance | Postal address: EU-OPENSCREEN ERIC, Robert-Rössle-Str. 10, Building 87 Postcode / Town: 13125 Berlin NUTS-3-Code: DE300 Country: Germany |
Estimated duration |
Start date of: 01.10.2025 End date of the term: 12.12.2025 |
Extensions and options | |
Government Procurement Agreement | Procurement is covered by the Public Procurement Agreement: Yes |
Use of EU funds | The procurement is at least partially financed by European Union funds: No |
Additional information | |
Conditions for submitting an offer | |
Award criteria | Quality criterion Maximum Delivery Quantity, Description: The only award criterion is the delivery quantity offered by each bidder, which can be offered at or below the maximum price. === Point evaluation: As only the delivery quantity to be evaluated is considered an award criterion, the most economical bid is determined only by the largest delivery quantity offered, which is provided at the maximum price or below. === Award of contract: The contract is awarded to the bidder who offers the largest delivery quantity and meets the upper price limit and all other formal requirements. === In case that multiple bids have the same number of compounds the bid with the lowest price is awarded., Weighting: 100.00 Price, Description: Maximum Price: === The tender documents clearly specify a maximum admissible price per delivery quantity. Bids that exceed this price will be excluded from the procedure. === Minimum quality requirements and the type of service are defined in the specifications and serve as exclusion criteria. === To summarize, all bids that exceed the maximum price or do not meet the minimum requirements are excluded. === In case that multiple bids have the same number of compounds the bid with the lowest price is awarded., Weighting: 0.00 |
Electronic catalog | Electronic catalog: No |
Procurement information (Lot 4) | |
Tendering process | |
Description of the lot | Title: Chemogenomics2 Description: EU-OPENSCREEN (EU-OS) is a European Research Infrastructure Consortium (ERIC). It provides world-class services to academia and industry in the fields of small molecule screening and medicinal chemistry. Thereby, it promotes the rich chemical knowledge of Europe and enables systematic studies of a larger collection of compounds leading to novel insights into cellular and organismal metabolic and signaling pathways. EU-OS hosts in its facilities the European Chemical Biology Library (ECBL). ECBL is defined as a general-purpose screening library and is used by the screening platforms that are affiliated with the EU-OS research infrastructure. Its current size is 100’000 compounds and shall now be extended by various sub-libraries of different compound classes and design principles. For each of these sub-libraries, the EU-OPENSCREEN consortium has compiled lists with desired compound structures. Each of the sub-libraries corresponds to a different lot that is awarded to a vendor. === Lot 4: - Name: Chemogenomics2 - Minimum number of compounds: 100 - Maximum price: 20000 € - Annex file: Annex_Lot4_Chemogenomics2.csv === Further details can be found in the tender documents. |
Scope of the procurement | This type of contract is also particularly suitable for small, medium and small companies (SMEs): Geschätzter Wert ohne MwSt. (in Euro): 20,000.00 EUR |
Main classification (CPV code) | CPV code main body: 24320000-3 |
Type of contract award | Type of strategic procurement: |
Information on the Clean Vehicles Directive | Procurement falls within the scope of Directive 2009/33/EC of the European Parliament and of the Council (Clean Vehicles Directive - CVD): No |
Place of performance | Postal address: EU-OPENSCREEN ERIC, Robert-Rössle-Str. 10, Building 87 Postcode / Town: 13125 Berlin NUTS-3-Code: DE300 Country: Germany |
Estimated duration |
Start date of: 01.10.2025 End date of the term: 12.12.2025 |
Extensions and options | |
Government Procurement Agreement | Procurement is covered by the Public Procurement Agreement: Yes |
Use of EU funds | The procurement is at least partially financed by European Union funds: No |
Additional information | |
Conditions for submitting an offer | |
Award criteria | Quality criterion Maximum Delivery Quantity, Description: The only award criterion is the delivery quantity offered by each bidder, which can be offered at or below the maximum price. === Point evaluation: As only the delivery quantity to be evaluated is considered an award criterion, the most economical bid is determined only by the largest delivery quantity offered, which is provided at the maximum price or below. === Award of contract: The contract is awarded to the bidder who offers the largest delivery quantity and meets the upper price limit and all other formal requirements. === In case that multiple bids have the same number of compounds the bid with the lowest price is awarded., Weighting: 100.00 Price, Description: Maximum Price: === The tender documents clearly specify a maximum admissible price per delivery quantity. Bids that exceed this price will be excluded from the procedure. === Minimum quality requirements and the type of service are defined in the specifications and serve as exclusion criteria. === To summarize, all bids that exceed the maximum price or do not meet the minimum requirements are excluded. === In case that multiple bids have the same number of compounds the bid with the lowest price is awarded., Weighting: 0.00 |
Electronic catalog | Electronic catalog: No |
Procurement information (Lot 5) | |
Tendering process | |
Description of the lot | Title: PROTAC Description: EU-OPENSCREEN (EU-OS) is a European Research Infrastructure Consortium (ERIC). It provides world-class services to academia and industry in the fields of small molecule screening and medicinal chemistry. Thereby, it promotes the rich chemical knowledge of Europe and enables systematic studies of a larger collection of compounds leading to novel insights into cellular and organismal metabolic and signaling pathways. EU-OS hosts in its facilities the European Chemical Biology Library (ECBL). ECBL is defined as a general-purpose screening library and is used by the screening platforms that are affiliated with the EU-OS research infrastructure. Its current size is 100’000 compounds and shall now be extended by various sub-libraries of different compound classes and design principles. For each of these sub-libraries, the EU-OPENSCREEN consortium has compiled lists with desired compound structures. Each of the sub-libraries corresponds to a different lot that is awarded to a vendor. === Lot 5: - Name: PROTAC - Minimum number of compounds: 88 - Maximum price: 132000 € - Annex file: Annex_Lot5_PROTAC.csv The annex file "Annex_Lot5_PROTAC.csv" contains a group column depicting the target. Only a maximum of 40 compounds out of each group number must be offered. === Further details can be found in the tender documents. |
Scope of the procurement | This type of contract is also particularly suitable for small, medium and small companies (SMEs): Geschätzter Wert ohne MwSt. (in Euro): 132,000.00 EUR |
Main classification (CPV code) | CPV code main body: 24320000-3 |
Type of contract award | Type of strategic procurement: |
Information on the Clean Vehicles Directive | Procurement falls within the scope of Directive 2009/33/EC of the European Parliament and of the Council (Clean Vehicles Directive - CVD): No |
Place of performance | Postal address: EU-OPENSCREEN ERIC, Robert-Rössle-Str. 10, Building 87 Postcode / Town: 13125 Berlin NUTS-3-Code: DE300 Country: Germany |
Estimated duration |
Start date of: 01.10.2025 End date of the term: 12.12.2025 |
Extensions and options | |
Government Procurement Agreement | Procurement is covered by the Public Procurement Agreement: Yes |
Use of EU funds | The procurement is at least partially financed by European Union funds: No |
Additional information | |
Conditions for submitting an offer | |
Award criteria | Quality criterion Maximum Delivery Quantity, Description: The only award criterion is the delivery quantity offered by each bidder, which can be offered at or below the maximum price. === Point evaluation: As only the delivery quantity to be evaluated is considered an award criterion, the most economical bid is determined only by the largest delivery quantity offered, which is provided at the maximum price or below. === Award of contract: The contract is awarded to the bidder who offers the largest delivery quantity and meets the upper price limit and all other formal requirements. === In case that multiple bids have the same number of compounds the bid with the lowest price is awarded., Weighting: 100.00 Price, Description: Maximum Price: === The tender documents clearly specify a maximum admissible price per delivery quantity. Bids that exceed this price will be excluded from the procedure. === Minimum quality requirements and the type of service are defined in the specifications and serve as exclusion criteria. === To summarize, all bids that exceed the maximum price or do not meet the minimum requirements are excluded. === In case that multiple bids have the same number of compounds the bid with the lowest price is awarded., Weighting: 0.00 |
Electronic catalog | Electronic catalog: No |
Procurement information (Lot 6) | |
Tendering process | |
Description of the lot | Title: MolecularGlueDegradersE3 Description: EU-OPENSCREEN (EU-OS) is a European Research Infrastructure Consortium (ERIC). It provides world-class services to academia and industry in the fields of small molecule screening and medicinal chemistry. Thereby, it promotes the rich chemical knowledge of Europe and enables systematic studies of a larger collection of compounds leading to novel insights into cellular and organismal metabolic and signaling pathways. EU-OS hosts in its facilities the European Chemical Biology Library (ECBL). ECBL is defined as a general-purpose screening library and is used by the screening platforms that are affiliated with the EU-OS research infrastructure. Its current size is 100’000 compounds and shall now be extended by various sub-libraries of different compound classes and design principles. For each of these sub-libraries, the EU-OPENSCREEN consortium has compiled lists with desired compound structures. Each of the sub-libraries corresponds to a different lot that is awarded to a vendor. === Lot 6: - Name: MolecularGlueDegradersE3 - Minimum number of compounds: 50 - Maximum price: 15000 € - Annex file: Annex_Lot6_MolecularGlueDegradersE3.csv === Further details can be found in the tender documents. |
Scope of the procurement | This type of contract is also particularly suitable for small, medium and small companies (SMEs): Geschätzter Wert ohne MwSt. (in Euro): 15,000.00 EUR |
Main classification (CPV code) | CPV code main body: 24320000-3 |
Type of contract award | Type of strategic procurement: |
Information on the Clean Vehicles Directive | Procurement falls within the scope of Directive 2009/33/EC of the European Parliament and of the Council (Clean Vehicles Directive - CVD): No |
Place of performance | Postal address: EU-OPENSCREEN ERIC, Robert-Rössle-Str. 10, Building 87 Postcode / Town: 13125 Berlin NUTS-3-Code: DE300 Country: Germany |
Estimated duration |
Start date of: 01.10.2025 End date of the term: 12.12.2025 |
Extensions and options | |
Government Procurement Agreement | Procurement is covered by the Public Procurement Agreement: Yes |
Use of EU funds | The procurement is at least partially financed by European Union funds: No |
Additional information | |
Conditions for submitting an offer | |
Award criteria | Quality criterion Maximum Delivery Quantity, Description: The only award criterion is the delivery quantity offered by each bidder, which can be offered at or below the maximum price. === Point evaluation: As only the delivery quantity to be evaluated is considered an award criterion, the most economical bid is determined only by the largest delivery quantity offered, which is provided at the maximum price or below. === Award of contract: The contract is awarded to the bidder who offers the largest delivery quantity and meets the upper price limit and all other formal requirements. === In case that multiple bids have the same number of compounds the bid with the lowest price is awarded., Weighting: 100.00 Price, Description: Maximum Price: === The tender documents clearly specify a maximum admissible price per delivery quantity. Bids that exceed this price will be excluded from the procedure. === Minimum quality requirements and the type of service are defined in the specifications and serve as exclusion criteria. === To summarize, all bids that exceed the maximum price or do not meet the minimum requirements are excluded. === In case that multiple bids have the same number of compounds the bid with the lowest price is awarded., Weighting: 0.00 |
Electronic catalog | Electronic catalog: No |