23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
Offentliggjort
19.08.2025
Udbudstype
Andre

Udbyder

Danmarks Tekniske Universitet - DTU

III-V ICP Etcher


Danmarks Tekniske Universitet - DTU

538144-2025 - Result
Denmark – Laboratory, optical and precision equipments (excl. glasses) – III-V ICP Etcher
OJ S 157/2025 19/08/2025
Contract or concession award notice – standard regime
Supplies - Services
1. Buyer
1.1.
Buyer
Official name Danmarks Tekniske Universitet - DTU
Email aasst@dtu.dk
Legal type of the buyer Body governed by public law
Activity of the contracting authority Education
2. Procedure
2.1.
Procedure
Title III-V ICP Etcher
Description DTU requires a ICP reactive ion etcher to etch III-V materials with a special focus on etching GaAs micropillar devices from a planar microcavity (“the Instrument”). The system is expected to be delivered as soon as possible but at the latest in Q3 2026. The Instrument is to be the core instrument for a research project on optical devices. Besides that, it will be part of the shared open access instruments at the facility supporting research in micro and nano fabrication within optical devices and quantum computer developments. Therefore, DTU need a state-of-the-art instrument that can meet all current and future needs for etching III-V materials like GaAs, AlGaAs, InGaAs, AlInGaAsP and InP .
Procedure identifier 6027fd31-0077-4aee-8e35-7fe1fb5b1bd6
Previous notice b7598ede-ca12-4277-a984-cabd6f0a9907-01
Internal identifier 9924
Type of procedure Open
The procedure is accelerated no
2.1.1.
Purpose
Main nature of the contract Supplies
Additional nature of the contract Services
Main classification   ( cpv ):  38000000   Laboratory, optical and precision equipments (excl. glasses)
Additional classification   ( cpv ):  51430000   Installation services of laboratory equipment
2.1.2.
Place of performance
Postal address Ørsteds Plads, Bygning 347    
Town Lyngby
Postcode 2800
Country subdivision (NUTS) Københavns omegn   ( DK012 )
Country Denmark
2.1.4.
General information
Call for competition is terminated
Additional information The Tenderer can only participate in the tender, if the Tenderer is not encompassed by the compulsory grounds for exclusion, cf. section 135-136 in the Danish Public Procurement Act and the voluntary grounds for exclusion in section 137(1)(1 and 2). Pursuant to section 134a in the Danish Public Procurement Act, DTU must exclude a Tenderer from participation in the procurement procedure if the Tenderer is established in a country that is included in the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to tenderers established in the country in question. 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’). 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 Tender rely 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, sub-section1 (participation in a criminal organization, 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, subsection 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. As documentation for the winning tenderer's documentation for fulfilling minimum requirement for Technical and Professional Ability DTU reserves the right to contact the reference(s) stated in the ESPD Due to DTU Nanolab budgetary limits, a Price of more than 670,000 EUR will be deemed unconditional.
Legal basis
Directive 2014/24/EU
5. Lot
5.1.
Lot LOT-0000
Title III-V ICP Etcher
Description DTU requires a ICP reactive ion etcher to etch III-V materials with a special focus on etching GaAs micropillar devices from a planar microcavity (“the Instrument”). The system is expected to be delivered as soon as possible but at the latest in Q3 2026. The Instrument is to be the core instrument for a research project on optical devices. Besides that, it will be part of the shared open access instruments at the facility supporting research in micro and nano fabrication within optical devices and quantum computer developments. Therefore, DTU need a state-of-the-art instrument that can meet all current and future needs for etching III-V materials like GaAs, AlGaAs, InGaAs, AlInGaAsP and InP .
Internal identifier 9924
5.1.1.
Purpose
Main nature of the contract Supplies
Additional nature of the contract Services
Main classification   ( cpv ):  38000000   Laboratory, optical and precision equipments (excl. glasses)
Additional classification   ( cpv ):  51430000   Installation services of laboratory equipment
5.1.2.
Place of performance
Postal address Ørsteds Plads, Bygning 347    
Town Lyngby
Postcode 2800
Country subdivision (NUTS) Københavns omegn  ( DK012 )
Country Denmark
5.1.3.
Estimated duration
Other duration Unknown
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 The Tenderer can only participate in the tender, if the Tenderer is not encompassed by the compulsory grounds for exclusion, cf. section 135-136 in the Danish Public Procurement Act and the voluntary grounds for exclusion in section 137(1)(1 and 2). Pursuant to section 134a in the Danish Public Procurement Act, DTU must exclude a Tenderer from participation in the procurement procedure if the Tenderer is established in a country that is included in the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to tenderers established in the country in question. 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’). 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 Tender rely 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, sub-section1 (participation in a criminal organization, 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, subsection 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. As documentation for the winning tenderer's documentation for fulfilling minimum requirement for Technical and Professional Ability DTU reserves the right to contact the reference(s) stated in the ESPD Due to DTU Nanolab budgetary limits, a Price of more than 670,000 EUR will be deemed unconditional.
5.1.10.
Award criteria
Criterion
TypePrice
Name Price
Description The price to be evaluated is the total price for the machines as well as the options, but not voluntary option, specified in Appendix 2 – Prices.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 20,00
Criterion
TypeQuality
Name Hardware, functionality and services
Description DTU Nanolab will assess if the tender fulfils the specified evaluation requirements to sub-criterion “Quality of submitted samples”, and sub-criteria “Functionality and performance” is based on the Tenderer’s specifications in Appendix 1 – Requirement Specification.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 40,00
Criterion
TypeQuality
Name Quality of submitted samples and performance evaluation
Description The performance evaluation is based on the returned samples: The provided samples shall show evidence of the Tenderers tool's capability of covering the processing requirements based on the process descriptions in the Appendix 3. DTU Nanolab will assess whether the submitted samples fulfil the specified evaluation requirements as defined in Appendix 3. Based on the assessment of fulfilments, points are awarded on the above-mentioned scale of 0-10. If the Tenderer has already submitted such demo samples, the Tenderer can refer to such submitted Demo samples instead of providing new samples.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 40,00
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
Mediation organisation Klagenævnet for Udbud
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 more information on the review procedures Konkurrence- og Forbrugerstyrelsen
6. Results
6.1.
Result lot identifier LOT-0000
Winner selection status No winner was chosen and the competition is closed.
The reason why a winner was not chosen Decision of the buyer, because of a change in needs
6.1.4.
Statistical information
Summary of the review requests the buyer received
Number of complainants 0
Received tenders or requests to participate
Type of received submissions Tenders
Number of tenders or requests to participate received 0
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) Københavns omegn  ( DK012 )
Country Denmark
Contact point Anna Storch
Email aasst@dtu.dk
Telephone +45 25230071
Internet address https://www.dtu.dk
Roles of this organisation
Buyer
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 72405600
Internet address https://www.klfu.dk
Roles of this organisation
Review organisation
Mediation 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
Email kfst@kfst.dk
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 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 8708432d-5fdb-48fb-9dcd-34db0d9a9c46   -   01
Form type Result
Notice type Contract or concession award notice – standard regime
Notice subtype 29
Notice dispatch date 18/08/2025   09:08:06 (UTC) Western European Time, GMT
Notice dispatch date (eSender) 18/08/2025   09:11:42 (UTC) Western European Time, GMT
Languages in which this notice is officially available English
Notice publication number 538144-2025
OJ S issue number 157/2025
Publication date 19/08/2025
Annonce Annonce
BREAKING
{{ article.headline }}
0.032|instance-web01