1.
Køber
1.1.
Køber
Officielt navn
:
Danmarks Tekniske Universitet - DTU
Køberens retlige status
:
Offentligretligt organ
Den ordregivende myndigheds aktivitet
:
Uddannelse
2.
Procedure
2.1.
Procedure
Titel
:
Multi-pixel superconducting nanowire single photon detectors (SNSPD) system
Beskrivelse
:
DTU requires a multi-pixel superconducting nanowire single photon detectors (SNSPD) system. The multi-pixel superconducting nanowire single photon detectors (SNSPDs) system must include its related cryogenic system, optical components, and control electronics. The SNSPDs must have multiple electronically detached superconducting nanowires (pixels). This design must allow each pixel to detect photons at wavelength 1550.12 nm independently. The total detection efficiency sum of the individual pixels is at least 85 %. The contract period depends on when delivery can be made. Delivery will be according to the suppliers tender and the contract ends when both parties have fulfilled its obligations under the contract.
Identifikator for proceduren
:
b2ca84d3-4428-4470-9d13-80f058394d2a
Tidligere bekendtgørelse
:
6b68f39d-0805-4a28-b136-8918bd3a8157-01
Intern ID
:
9139
Udbudsprocedure
:
Offentligt udbud
Proceduren er en hasteprocedure
:
nej
Hovedpunkterne i proceduren
:
After opening of tenders, DTU will assess if each tender is compliant, including whether: - The tender has been submitted before the tender deadline - The tender complies with all formal and procedural requirements - The Tenderer is not encompassed by any of the exclusion grounds - The Tenderer meets all minimum levels for suitability - The Tenderer fulfils all minimum requirements and requirements stated in Appendix 1 – Requirement Specification - The Tenderer has made provisos for significant elements or conditions, which cannot be priced. If the requirements are not fulfilled, DTU can and/or has to refuse the tender.
2.1.1.
Formål
Kontraktens hovedformål
:
Varer
Primær klassifikation
(
cpv
):
38000000
Laboratorieudstyr, optisk udstyr og præcisionsudstyr (ikke briller)
Supplerende klassifikation
(
cpv
):
38300000
Måleudstyr
2.1.2.
Udførelsessted
Landsdel (NUTS)
:
Københavns omegn
(
DK012
)
Land
:
Danmark
2.1.3.
Værdi
Anslået værdi eksklusiv moms
:
3 300 000,00
DKK
2.1.4.
Generelle oplysninger
Indkaldelse af tilbud er afsluttet
Yderligere oplysninger
:
All Tenderers must complete and hand in the European Single Procurement Document (ESPD) as part of the tender procedure. The compulsory grounds for exclusion, cf. section 135-136 in the Danish Public Procurement Act, the voluntary grounds for exclusion in section 137(1) (1, 2 and 6) applies for this tender procedure. 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’). 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 documentthatthey 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, showingthat the Tenderer is not encompassed by any of the grounds for exclusion, cf. (the Public Procurement Act) Udbudsloven § 135, subsection 1 (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. (thePublic 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 bankruptcyunder national law, assets being administered by liquidator and business activities are suspended). As documentation for the winning tenderer's documentation for fulfilling the minimum requirement for Technical and Professional Ability, DTU reserves the right to contact the references stated in the ESPD. As documentation for the winning tenderer's documentation for fulfilling minimum requirement for Economic and Financial Standing DTU requires documentation in terms of the annual report from the last audited financial year for the proof of stated in the winning tenderer's information regarding the tenderer's economic and financial standing as stated in the ESPD. DTU would like to have the opportunity to purchase up to two additional detectors in the future corre-sponding to the potential extra cryostat capacity (cf. requirement number 17) obtained through this tender. Therefore, there is an option in the contract describing this opportunity for DTU. Therefore, the expected contract value including this contract option would be 4000000,00 DKK.
Retsgrundlag
:
Direktiv 2014/24/EU
5.
Delkontrakt
5.1.
Delkontrakt
:
LOT-0000
Titel
:
Multi-pixel superconducting nanowire single photon detectors (SNSPD) system
Beskrivelse
:
DTU requires a multi-pixel superconducting nanowire single photon detectors (SNSPD) system. The multi-pixel superconducting nanowire single photon detectors (SNSPDs) system must include its related cryogenic system, optical components, and control electronics. The SNSPDs must have multiple electronically detached superconducting nanowires (pixels). This design must allow each pixel to detect photons at wavelength 1550.12 nm independently. The total detection efficiency sum of the individual pixels is at least 85 %. The contract period depends on when delivery can be made. Delivery will be according to the suppliers tender and the contract ends when both parties have fulfilled its obligations under the contract.
Intern ID
:
9139
5.1.1.
Formål
Kontraktens hovedformål
:
Varer
Primær klassifikation
(
cpv
):
38000000
Laboratorieudstyr, optisk udstyr og præcisionsudstyr (ikke briller)
Supplerende klassifikation
(
cpv
):
38300000
Måleudstyr
Valgmuligheder
:
Beskrivelse af optioner
:
DTU asks for a price of an option on maintenance service (cf. Appendix 1, requirement number 19). Furthermore, there is a contract option of an opportunity to purchase up to two additional detectors in the future corresponding to the potential extra cryostat capacity.
5.1.2.
Udførelsessted
Landsdel (NUTS)
:
Københavns omegn
(
DK012
)
Land
:
Danmark
5.1.5.
Værdi
Anslået værdi eksklusiv moms
:
3 300 000,00
DKK
5.1.6.
Generelle oplysninger
Indkøbsprojekt, der ikke finansieres med EU-midler
Udbuddet er omfattet af aftalen om offentlige udbud (GPA)
:
ja
Yderligere oplysninger
:
All Tenderers must complete and hand in the European Single Procurement Document (ESPD) as part of the tender procedure. The compulsory grounds for exclusion, cf. section 135-136 in the Danish Public Procurement Act, the voluntary grounds for exclusion in section 137(1) (1, 2 and 6) applies for this tender procedure. 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’). 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 documentthatthey 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, showingthat the Tenderer is not encompassed by any of the grounds for exclusion, cf. (the Public Procurement Act) Udbudsloven § 135, subsection 1 (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. (thePublic 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 bankruptcyunder national law, assets being administered by liquidator and business activities are suspended). As documentation for the winning tenderer's documentation for fulfilling the minimum requirement for Technical and Professional Ability, DTU reserves the right to contact the references stated in the ESPD. As documentation for the winning tenderer's documentation for fulfilling minimum requirement for Economic and Financial Standing DTU requires documentation in terms of the annual report from the last audited financial year for the proof of stated in the winning tenderer's information regarding the tenderer's economic and financial standing as stated in the ESPD. DTU would like to have the opportunity to purchase up to two additional detectors in the future corre-sponding to the potential extra cryostat capacity (cf. requirement number 17) obtained through this tender. Therefore, there is an option in the contract describing this opportunity for DTU. Therefore, the expected contract value including this contract option would be 4000000,00 DKK.
5.1.10.
Tildelingskriterier
Kriterium:
Type:
Kvalitet
Navn
:
Quality and functionality
Beskrivelse
:
Please see description in section 5.4 in the document Instructions to Tenderers.
Kategori for tildelingskriteriet vægt:
Vægtning (procentdel, præcis)
Tildelingskriterium talværdi
:
90,00
Kriterium:
Type:
Pris
Navn
:
Price
Beskrivelse
:
Please see description in section 5.4 in the document Instructions to Tenderers.
Kategori for tildelingskriteriet vægt:
Vægtning (procentdel, præcis)
Tildelingskriterium talværdi
:
10,00
5.1.15.
Teknikker
Rammeaftale
:
Ingen rammeaftale
Oplysninger om det dynamiske indkøbssystem
:
Intet dynamisk indkøbssystem
Elektronisk auktion
:
nej
5.1.16.
Yderligere oplysninger, mægling og gennemgang
Organisation med ansvar for klager
:
Klagenævnet for Udbud
Oplysninger om klagefrister
:
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, der leverer supplerende oplysninger om udbudsproceduren
:
Danmarks Tekniske Universitet - DTU
Organisation, der sikrer adgang til udbudsdokumenterne offline
:
Danmarks Tekniske Universitet - DTU
Organisation, der leverer yderligere oplysninger om klageprocedurerne
:
Konkurrence- og Forbrugerstyrelsen
Organisation, hvis budget anvendes til at betale for kontrakten
:
Danmarks Tekniske Universitet - DTU
Organisation, der udfører betalingen
:
Danmarks Tekniske Universitet - DTU
Organisation, der underskriver kontrakten
:
Danmarks Tekniske Universitet - DTU
6.
Resultater
Værdien af alle kontrakter tildelt i denne bekendtgørelse
:
2 950 000,00
DKK
6.1.
Resultat delkontrakt-ID
:
LOT-0000
Status for udvælgelse af vinder
:
Der er udvalgt mindst én vinder.
6.1.2.
Oplysninger om vinderne
Vinder
:
Officielt navn
:
Photon Technology Italy SRL
Tilbud
:
Tilbud – Identifikator
:
Multi-pixel superconducting nanowire single photon detectors (SNSPD) system - Photon Technology Italy SRL
ID for delkontrakt eller gruppe af delkontrakter
:
LOT-0000
Værdien af tilbuddet
:
2 950 000,00
DKK
Koncessionsværdi:
Underentreprise
:
Nej
Kontraktoplysninger:
Identifikator for kontrakten
:
Multi-pixel superconducting nanowire single photon detectors (SNSPD) system - Photon Technology Italy SRL
Dato for indgåelse af kontrakten
:
22/08/2025
Organisation, der underskriver kontrakten
:
Danmarks Tekniske Universitet - DTU
Vinder
:
Officielt navn
:
Photon Technology Italy SRL
Tilbud
:
Tilbud – Identifikator
:
Multi-pixel superconducting nanowire single photon detectors (SNSPD) system - Single Quantum B.V.
ID for delkontrakt eller gruppe af delkontrakter
:
LOT-0000
Værdien af tilbuddet
:
2 950 000,00
DKK
Koncessionsværdi:
Underentreprise
:
Nej
Kontraktoplysninger:
Identifikator for kontrakten
:
Multi-pixel superconducting nanowire single photon detectors (SNSPD) system - Single Quantum B.V.
Dato for indgåelse af kontrakten
:
22/08/2025
Organisation, der underskriver kontrakten
:
Danmarks Tekniske Universitet - DTU
6.1.4.
Statistiske oplysninger
:
Modtagne tilbud og ansøgninger om deltagelse
:
Type modtagne indgivelser
:
Tilbud
Antal modtagne tilbud og ansøgninger om deltagelse
:
2
8.
Organisationer
8.1.
ORG-0001
Officielt navn
:
Danmarks Tekniske Universitet - DTU
Registreringsnummer
:
30060946
Postadresse
:
Anker Engelunds Vej 1
By
:
Kgs. Lyngby
Postnummer
:
2800
Landsdel (NUTS)
:
Københavns omegn
(
DK012
)
Land
:
Danmark
Enhed
:
Marianne Dauding
Telefon
:
+45 33344398
Denne organisations roller
:
Køber
Organisation, der leverer supplerende oplysninger om udbudsproceduren
Organisation, der sikrer adgang til udbudsdokumenterne offline
Organisation, der underskriver kontrakten
Organisation, hvis budget anvendes til at betale for kontrakten
Organisation, der udfører betalingen
8.1.
ORG-0002
Officielt navn
:
Klagenævnet for Udbud
Registreringsnummer
:
37795526
Postadresse
:
Nævnenes hus, Toldboden 2
By
:
Viborg
Postnummer
:
8800
Landsdel (NUTS)
:
Vestjylland
(
DK041
)
Land
:
Danmark
Telefon
:
+45 35291000
Denne organisations roller
:
Organisation med ansvar for klager
8.1.
ORG-0003
Officielt navn
:
Konkurrence- og Forbrugerstyrelsen
Registreringsnummer
:
10294819
Postadresse
:
Carl Jacobsens Vej 35
By
:
Valby
Postnummer
:
2500
Landsdel (NUTS)
:
Byen København
(
DK011
)
Land
:
Danmark
Telefon
:
+45 41715000
Denne organisations roller
:
Organisation, der leverer yderligere oplysninger om klageprocedurerne
8.1.
ORG-0004
Officielt navn
:
Photon Technology Italy SRL
Den økonomiske operatørs størrelse
:
Mellemstor virksomhed
Registreringsnummer
:
IT10315751213
Postadresse
:
Via Giacinto Gigante 174
By
:
Naples
Postnummer
:
80128
Landsdel (NUTS)
:
Napoli
(
ITF33
)
Land
:
Italien
Telefon
:
+39 3382909930
Denne organisations roller
:
Tilbudsgiver
Vinder af disse delkontrakter
:
LOT-0000
8.1.
ORG-0005
Officielt navn
:
Mercell Holding ASA
Registreringsnummer
:
980921565
Postadresse
:
Askekroken 11
By
:
Oslo
Postnummer
:
0277
Landsdel (NUTS)
:
Oslo
(
NO081
)
Land
:
Norge
Enhed
:
eSender
Telefon
:
+47 21018800
Fax
:
+47 21018801
Denne organisations roller
:
TED eSender
Bekendtgørelsens ID
:
e28e78df-3349-4b26-967a-a8a135f17c19
-
01
Formulartype
:
Resultater
Bekendtgørelsestype
:
Bekendtgørelse om indgåede kontrakter eller koncessionstildeling – standardordningen
Bekendtgørelsesundertype
:
29
Afsendelsesdato for bekendtgørelsen
:
27/08/2025
10:51:32 (UTC) vesteuropæisk tid, GMT
Dato for afsendelse af bekendtgørelsen (eSender)
:
27/08/2025
11:00:43 (UTC) vesteuropæisk tid, GMT
Bekendtgørelsens officielle sprog
:
dansk
Bekendtgørelsesnummer
:
561874-2025
EUT-S-nummer
:
164/2025
Offentliggørelsesdato
:
28/08/2025