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
10.12.2025
Udbudstype
Andre

Udbyder

Danmarks Tekniske Universitet - DTU

Magnetron Sputtering Devices


Danmarks Tekniske Universitet - DTU

819004-2025 - Result
Denmark – Instruments for checking physical characteristics – Magnetron Sputtering Devices
OJ S 238/2025 10/12/2025
Contract or concession award notice – standard regime
Supplies
1. Buyer
1.1.
Buyer
Official name Danmarks Tekniske Universitet - DTU
Email kafre@dtu.dk
Legal type of the buyer Body governed by public law
Activity of the contracting authority Education
2. Procedure
2.1.
Procedure
Title Magnetron Sputtering Devices
Description DTU would like to purchase a magnetron sputtering devices for producing thing films of various materials, but primarily metals or metal alloys. The setup will be used by academic researchers investigating catalysts. The Sputtering system must be able to: • Achieve ultra-high vacuum base pressures. • Sputter clean substrates • Sputter deposit onto samples up to 4” in diameter • Ability to take in SHOM flag style sample holders and accompanying samples, and sputter deposit onto these samples • Have the potential to connect with an Ultra-High Vacuum (UHV) Linear Transfer System (LTS) allowing SHOM flag style sample holders and accompanying samples to be moved between the LTS and sputter deposition chamber. The system should be able to allow for samples produced in the sputter deposition chamber to be transferred to the LTS allowing these samples then to be moved to other equipment attached to the LTS where they can be tested or characterized all without being exposed to air.
Procedure identifier 0e38d0e1-a8d9-4734-ae96-62b7dbaf64d9
Previous notice c3fd80b6-6cdf-43d7-bdd0-454a75647720-01
Internal identifier 10240
Type of procedure Open
The procedure is accelerated no
Main features of the procedure Please see §§ 56-57 in the Danish Public Procurement Act.
2.1.1.
Purpose
Main nature of the contract Supplies
Main classification   ( cpv ):  38400000   Instruments for checking physical characteristics
Additional classification   ( cpv ):  38000000   Laboratory, optical and precision equipments (excl. glasses), 38430000   Detection and analysis apparatus, 38431000   Detection apparatus, 38432000   Analysis apparatus, 38433000   Spectrometers, 38434000   Analysers
2.1.2.
Place of performance
Postal address Fysikvej    
Town Kgs. Lyngby
Postcode 2800
Country subdivision (NUTS) Københavns omegn   ( DK012 )
Country Denmark
Additional information Delivery must be made to: The Technical University of Denmark Department of Physics Fysikvej Building 313, room 205 (2. floor) 2800 Kgs. Lyngby Denmark
2.1.3.
Value
Estimated value excluding VAT 3 000 000,00   DKK
2.1.4.
General information
Call for competition is terminated
Additional information General information on participation in the tender procedure: Participation in the tender can only be done electronically via the contracting authority's electronic tender system. In order to access the tender documents, the tenderer must be registered or register as a user. If the tender contains several editions (versions) of the same document, the latest uploaded version will be the valid one. All communication in connection with the tender procedure, including questions and answers, must be done via the electronic tender system. Questions must be submitted so that they are received in time for the contracting authority to obtain the necessary information and provide the answers no later than six days before the expiry of the tender deadline. Questions received later than six days before the expiry of the deadline cannot be expected to be answered, unless the deadline is simultaneously postponed. Interested parties are asked to stay informed via the electronic tender system. If the applicant experiences problems with the system, support can be contacted by email, dksupport@eu-supply.com, or by phone, (+45) 70 20 80 14. The tenderer must submit an ESPD as preliminary evidence of the matters mentioned in Section 148(1) and Section 137(1), No. 1 and No. 2 of the Danish Public Procurement Act. It is not necessary for the tenderer to sign his ESPD document. In the case of an association of undertakings (e.g. a consortium), a separate ESPD must be submitted for each of the participating economic operators. If the tenderer is an association of undertakings, each participant's ESPD document must, however, be signed by the participant in question. It is not necessary for the lead tenderer submitting the tender to sign his ESPD document. If the tenderer relies on the capabilities of other entities, an ESPD must be submitted for each of the entities on which it relies, and the ESPD document must be signed by the supporting entity. Before the award decision, the tenderer to whom the contracting authority intends to award the contract must provide documentation of the information provided in the ESPD in accordance with Sections 151-152 of the Public Procurement Act, cf. Section 153. As an alternative to the documentation referred to in Sections 153-155, 157 and 158 of the Public Procurement Act, the tenderer may provide the contracting authority with a certificate of inclusion on an official list of approved economic operators, cf. Section 156, issued by the competent authority. The contracting authority may only accept certificates of inclusion on an official list from tenderers established in the country which maintains the official list. The tenderer must also submit a statement of support in which the entity(ies) on which the tenderer relies declares to be jointly and severally liable with the tenderer if the latter is awarded the contract. The template appears as an annex to the tender specifications. Language: All correspondence regarding the tender must be in English. Tenders must be submitted in English. The final contract will be concluded in English. Estimated value of the contract: It is noted that the amount constitutes an estimate of the expected contract sum for the full term of the contract. The contracting authority may use the procedure in Section 159(5) of the Public Procurement Act if the tender does not meet the formal requirements of the tender documents. Attention is drawn to the fact that the tender is covered by Article 5k of Regulation (EU) No. 833/2014, as amended. The provision contains a prohibition against awarding contracts to Russian companies and Russian-controlled companies, etc. (see Article 5k, paragraph 1, for the precise definition of the actors covered by the ban). The contracting authority reserves the right to require documentation at any time during the tender process that the economic operators are not covered by the ban, e.g. by requiring a declaration to this effect and/or documentation of the place of establishment and ownership of the actors and their possible subcontractors.
Legal basis
Directive 2014/24/EU
The Public Procurement Act   - The tender is covered by the Public Procurement Act (Act No. 1564 of 15 December 2015, as amended), which implements the Public Procurement Directive (Directive 2014/24/EU).
5. Lot
5.1.
Lot LOT-0000
Title Magnetron Sputtering Devices
Description DTU would like to purchase a magnetron sputtering devices for producing thing films of various materials, but primarily metals or metal alloys. The setup will be used by academic researchers investigating catalysts. The Sputtering system must be able to: • Achieve ultra-high vacuum base pressures. • Sputter clean substrates • Sputter deposit onto samples up to 4” in diameter • Ability to take in SHOM flag style sample holders and accompanying samples, and sputter deposit onto these samples • Have the potential to connect with an Ultra-High Vacuum (UHV) Linear Transfer System (LTS) allowing SHOM flag style sample holders and accompanying samples to be moved between the LTS and sputter deposition chamber. The system should be able to allow for samples produced in the sputter deposition chamber to be transferred to the LTS allowing these samples then to be moved to other equipment attached to the LTS where they can be tested or characterized all without being exposed to air.
Internal identifier 10240
5.1.1.
Purpose
Main nature of the contract Supplies
Main classification   ( cpv ):  38400000   Instruments for checking physical characteristics
Additional classification   ( cpv ):  38000000   Laboratory, optical and precision equipments (excl. glasses), 38430000   Detection and analysis apparatus, 38431000   Detection apparatus, 38432000   Analysis apparatus, 38433000   Spectrometers, 38434000   Analysers
Options
Description of the options The tender contains the following options, which must be offered by the supplier, and which DTU may choose to use: - Magnetron Source - RF Power Source - LTS Setup Connection - LTS Loading Mechanism Please also see the options in the tender documents: Appendix 1 - Requirements Specification and Appendix 2 - Prices.
5.1.2.
Place of performance
Postal address Fysikvej    
Town Kgs. Lyngby
Postcode 2800
Country subdivision (NUTS) Københavns omegn  ( DK012 )
Country Denmark
Additional information Delivery must be made to: The Technical University of Denmark Department of Physics Fysikvej Building 313, room 205 (2. floor) 2800 Kgs. Lyngby Denmark
5.1.3.
Estimated duration
Duration 1   Year
5.1.5.
Value
Estimated value excluding VAT 3 000 000,00   DKK
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 General information on participation in the tender procedure: Participation in the tender can only be done electronically via the contracting authority's electronic tender system. In order to access the tender documents, the tenderer must be registered or register as a user. If the tender contains several editions (versions) of the same document, the latest uploaded version will be the valid one. All communication in connection with the tender procedure, including questions and answers, must be done via the electronic tender system. Questions must be submitted so that they are received in time for the contracting authority to obtain the necessary information and provide the answers no later than six days before the expiry of the tender deadline. Questions received later than six days before the expiry of the deadline cannot be expected to be answered, unless the deadline is simultaneously postponed. Interested parties are asked to stay informed via the electronic tender system. If the applicant experiences problems with the system, support can be contacted by email, dksupport@eu-supply.com, or by phone, (+45) 70 20 80 14. The tenderer must submit an ESPD as preliminary evidence of the matters mentioned in Section 148(1) and Section 137(1), No. 1 and No. 2 of the Danish Public Procurement Act. It is not necessary for the tenderer to sign his ESPD document. In the case of an association of undertakings (e.g. a consortium), a separate ESPD must be submitted for each of the participating economic operators. If the tenderer is an association of undertakings, each participant's ESPD document must, however, be signed by the participant in question. It is not necessary for the lead tenderer submitting the tender to sign his ESPD document. If the tenderer relies on the capabilities of other entities, an ESPD must be submitted for each of the entities on which it relies, and the ESPD document must be signed by the supporting entity. Before the award decision, the tenderer to whom the contracting authority intends to award the contract must provide documentation of the information provided in the ESPD in accordance with Sections 151-152 of the Public Procurement Act, cf. Section 153. As an alternative to the documentation referred to in Sections 153-155, 157 and 158 of the Public Procurement Act, the tenderer may provide the contracting authority with a certificate of inclusion on an official list of approved economic operators, cf. Section 156, issued by the competent authority. The contracting authority may only accept certificates of inclusion on an official list from tenderers established in the country which maintains the official list. The tenderer must also submit a statement of support in which the entity(ies) on which the tenderer relies declares to be jointly and severally liable with the tenderer if the latter is awarded the contract. The template appears as an annex to the tender specifications. Language: All correspondence regarding the tender must be in English. Tenders must be submitted in English. The final contract will be concluded in English. Estimated value of the contract: It is noted that the amount constitutes an estimate of the expected contract sum for the full term of the contract. The contracting authority may use the procedure in Section 159(5) of the Public Procurement Act if the tender does not meet the formal requirements of the tender documents. Attention is drawn to the fact that the tender is covered by Article 5k of Regulation (EU) No. 833/2014, as amended. The provision contains a prohibition against awarding contracts to Russian companies and Russian-controlled companies, etc. (see Article 5k, paragraph 1, for the precise definition of the actors covered by the ban). The contracting authority reserves the right to require documentation at any time during the tender process that the economic operators are not covered by the ban, e.g. by requiring a declaration to this effect and/or documentation of the place of establishment and ownership of the actors and their possible subcontractors.
5.1.7.
Strategic procurement
Green Procurement Criteria Other Green Public Procurement criteria
5.1.10.
Award criteria
Criterion
TypePrice
Name Price
Description The most economically advantageous tender will be chosen amongst the acceptable tenders received. The most economically advantageous tender will be found by assessing the tender against Price. The price to be assessed is the prices in Appendix 2 – Prices. DTU will add the Total Agreement Value in section 2.1 with the Total price for Options in section 2.2.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 100,00
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
Review organisation Klagenævnet for Udbud
Information about review deadlines : Complaint regarding award of contract: Complaint regarding the award of a contract must be submitted no later than 45 calendar days from the date after the Contracting Authority has published a notice in the European Union Official Journal informing that the Contracting Authority has awarded/concluded a contract, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, Section 2, no. 1.
Organisation providing additional information about the procurement procedure Danmarks Tekniske Universitet - DTU
Organisation providing offline access to the procurement documents Danmarks Tekniske Universitet - DTU
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
Organisation whose budget is used to pay for the contract Danmarks Tekniske Universitet - DTU
Organisation executing the payment Danmarks Tekniske Universitet - DTU
Organisation signing the contract Danmarks Tekniske Universitet - DTU
6. Results
Value of all contracts awarded in this notice 2 854 510,00   DKK
6.1.
Result lot identifier LOT-0000
Winner selection status At least one winner was chosen.
6.1.2.
Information about winners
Winner
Official name PREVAC sp. z o.o.
Tender
Tender identifier Magnetron Sputtering Devices - PREVAC sp. z o.o.
Identifier of lot or group of lots LOT-0000
Value of the tender 2 854 510,00   DKK
The tender was ranked no
The tender is a variant no
Subcontracting Not yet known
Contract information
Identifier of the contract Magnetron Sputtering Devices - PREVAC sp. z o.o.
Date on which the winner was chosen 10/11/2025
Date of the conclusion of the contract 08/12/2025
Information about European Union funds
Organisation signing the contract Danmarks Tekniske Universitet - DTU
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 3
Range of tenders
Value of the lowest admissible tender 2 854 510,00   DKK
Value of the highest admissible tender 2 854 510,00   DKK
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 Katrine Freiesleben Petersen
Email kafre@dtu.dk
Telephone +45 45252525
Internet address https://www.dtu.dk
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation signing the contract
Organisation whose budget is used to pay for the contract
Organisation executing the payment
8.1.
ORG-0002
Official name Klagenævnet for Udbud
Registration number 37795526
Postal address Nævnenes hus, Toldboden 2
Town Viborg
Postcode 8800
Country subdivision (NUTS) Østjylland  ( DK042 )
Country Denmark
Email klfu@erst.dk
Telephone +45 35291000
Internet address http://www.klfu.dk
Roles of this organisation
Review organisation
8.1.
ORG-0003
Official name Konkurrence- og Forbrugerstyrelsen
Registration number 10294819
Postal address Carl Jacobsens Vej 35
Town Valby
Postcode 2500
Country subdivision (NUTS) Byen København  ( DK011 )
Country Denmark
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 PREVAC sp. z o.o.
Size of the economic operator Micro, small, or medium
Registration number PL6471782175
Postal address ul. Raciborska 61
Town Rogów
Postcode 44-362
Country subdivision (NUTS) Łódzki  ( PL712 )
Country Poland
Telephone +48 324592000
Roles of this organisation
Tenderer
Winner of these lots LOT-0000
8.1.
ORG-0005
Official name Mercell Holding ASA
Registration number 980921565
Postal address Askekroken 11
Town Oslo
Postcode 0277
Country subdivision (NUTS) Oslo  ( NO081 )
Country Norway
Contact point eSender
Telephone +47 21018800
Fax +47 21018801
Internet address http://mercell.com/
Roles of this organisation
TED eSender
Notice information
Notice identifier/version 0929f19b-5ac0-4967-a3fb-e445d6737d2a   -   01
Form type Result
Notice type Contract or concession award notice – standard regime
Notice subtype 29
Notice dispatch date 09/12/2025   08:59:37 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender) 09/12/2025   09:00:41 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially available English
Notice publication number 819004-2025
OJ S issue number 238/2025
Publication date 10/12/2025
Annonce Annonce
BREAKING
{{ article.headline }}
0.062|