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
26.02.2026
Udbudstype
Andre

Udbyder

Danmarks Tekniske Universitet - DTU

Laser Frequency Comb for 2ES


Danmarks Tekniske Universitet - DTU

137665-2026 - Competition
Denmark – Astronomical and optical instruments – Laser Frequency Comb for 2ES
OJ S 40/2026 26/02/2026
Contract or concession 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 Laser Frequency Comb for 2ES
Description DTU will like to buy a Laser Frequency Comb for 2ES (The Second Earth Spectrograph). The Second Earth Spectrograph (2ES) is a next-generation extreme-precision radial velocity spectro-graph that will be installed at the MPG/ESO 2.2m Telescope on La Silla, Chile (Southern Hemisphere). 2ES will be dedicated to a > 5-year observing program with access to the majority (2/3) of the tele-scope time with the goal of discovering temperate terrestrial Earth-mass planets in the habitable zone around the brightest solar-type stars in the sky. In order to achieve the extreme precision needed for 2ES to complete its science objectives, a Laser Frequency Comb (LFC) calibration source is crucial in order to be able to calibrate the spectrograph to achieve the extreme precision of 10 cm/s over many years of operation. The LFC must cover the entire wavelength range of 2ES (370 nm to 870 nm) and have comb lines at appropriate spacing (see requirements) and have extreme stability (see requirements). The LFC must be able to function in a as-tronomical observing environment, be remotely operatable and be also to sustain a significant uptime at the astronomical telescope.
Procedure identifier 9b9b8d99-e197-47a0-8651-a642200839ca
Internal identifier 10691
Type of procedure Open
The procedure is accelerated no
Main features of the procedure Public procurement is conducted according to the Danish legislative act (no. 1564 of December 15th 2015 (Udbudsloven)) with later changes.
2.1.1.
Purpose
Main nature of the contract Supplies
Main classification   ( cpv ):  38630000   Astronomical and optical instruments
Additional classification   ( cpv ):  38000000   Laboratory, optical and precision equipments (excl. glasses), 38600000   Optical instruments, 38636000   Specialist optical instruments, 38636100   Lasers
2.1.2.
Place of performance
Postal address Elektrovej, Building 328    
Town Kgs. Lyngby
Postcode 2800
Country subdivision (NUTS) Københavns omegn   ( DK012 )
Country Denmark
Additional information Delivery must be made at DTU, Denmark.
2.1.3.
Value
Estimated value excluding VAT 1 300 000,00   EUR
2.1.4.
General information
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 the Danish Public Procurement Act. It is not necessary for the tenderer to sign his ESPD document. 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. 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. Please be aware that the Optical Frequency Comb-based Calibration System and the UV extension must be delivered at DTU at two different times. After Delivery to DTU, DTU will move the Optical Frequency Comb-based Calibration System and the UV extension to Heidelberg University. After DTU’s delivery to Heidelberg University, the Supplier must complete installation, test and training for both the Optical Frequency Comb-based Calibration System and the UV extension at Heidelberg University. Installation, test and training must for each part be completed no later than 3 weeks after arrival at Heidelberg University and the Supplier has received a notice from DTU regarding the time of installation, test and training. Because the two parts are not delivered at the same time, the Supplier must visit Heidelberg University two times for installation, testing and training. About 6 months after the instrument has been delivered to Heidelberg University, DTU will move the instrument to Chile: La Silla Observatory, La Higuera, Coquimbo, Chile. DTU will like to have the possibility to buy installation, test and training equal to the description above, when the instrument has been moved to Chile, please see the Agreement and Appendix 1 – The Suppliers tender.
Legal basis
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion Notice
Corruption Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator
Fraud Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Money laundering or terrorist financing Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Participation in a criminal organisation Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Terrorist offences or offences linked to terrorist activities Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
Child labour and including other forms of trafficking in human beings Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
Grave professional misconduct Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Misrepresentation, withheld information, unable to provide required documents or obtained confidential information of this procedure Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Early termination, damages, or other comparable sanctions Has the economic operator experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract?
Breaching obligation relating to payment of social security contributions Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Breaching obligation relating to payment of taxes Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Arrangement with creditors Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Insolvency Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
5. Lot
5.1.
Lot LOT-0000
Title Laser Frequency Comb for 2ES
Description DTU will like to buy a Laser Frequency Comb for 2ES (The Second Earth Spectrograph). The Second Earth Spectrograph (2ES) is a next-generation extreme-precision radial velocity spectro-graph that will be installed at the MPG/ESO 2.2m Telescope on La Silla, Chile (Southern Hemisphere). 2ES will be dedicated to a > 5-year observing program with access to the majority (2/3) of the tele-scope time with the goal of discovering temperate terrestrial Earth-mass planets in the habitable zone around the brightest solar-type stars in the sky. In order to achieve the extreme precision needed for 2ES to complete its science objectives, a Laser Frequency Comb (LFC) calibration source is crucial in order to be able to calibrate the spectrograph to achieve the extreme precision of 10 cm/s over many years of operation. The LFC must cover the entire wavelength range of 2ES (370 nm to 870 nm) and have comb lines at appropriate spacing (see requirements) and have extreme stability (see requirements). The LFC must be able to function in a as-tronomical observing environment, be remotely operatable and be also to sustain a significant uptime at the astronomical telescope.
Internal identifier 10691
5.1.1.
Purpose
Main nature of the contract Supplies
Main classification   ( cpv ):  38630000   Astronomical and optical instruments
Additional classification   ( cpv ):  38000000   Laboratory, optical and precision equipments (excl. glasses), 38600000   Optical instruments, 38636000   Specialist optical instruments, 38636100   Lasers
Options
Description of the options Installation, test and training in Chile Warranty - Extention (2th year) Hotline-service Maintenance visit in Chile
5.1.2.
Place of performance
Postal address Elektrovej, Building 328    
Town Kgs. Lyngby
Postcode 2800
Country subdivision (NUTS) Københavns omegn  ( DK012 )
Country Denmark
Additional information Delivery must be made at DTU, Denmark.
5.1.3.
Estimated duration
Duration 2   Years
5.1.5.
Value
Estimated value excluding VAT 1 300 000,00   EUR
5.1.6.
General information
Reserved participation
Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)yes
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 the Danish Public Procurement Act. It is not necessary for the tenderer to sign his ESPD document. 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. 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. Please be aware that the Optical Frequency Comb-based Calibration System and the UV extension must be delivered at DTU at two different times. After Delivery to DTU, DTU will move the Optical Frequency Comb-based Calibration System and the UV extension to Heidelberg University. After DTU’s delivery to Heidelberg University, the Supplier must complete installation, test and training for both the Optical Frequency Comb-based Calibration System and the UV extension at Heidelberg University. Installation, test and training must for each part be completed no later than 3 weeks after arrival at Heidelberg University and the Supplier has received a notice from DTU regarding the time of installation, test and training. Because the two parts are not delivered at the same time, the Supplier must visit Heidelberg University two times for installation, testing and training. About 6 months after the instrument has been delivered to Heidelberg University, DTU will move the instrument to Chile: La Silla Observatory, La Higuera, Coquimbo, Chile. DTU will like to have the possibility to buy installation, test and training equal to the description above, when the instrument has been moved to Chile, please see the Agreement and Appendix 1 – The Suppliers tender.
5.1.7.
Strategic procurement
Green Procurement Criteria Other Green Public Procurement criteria
The procurement falls within the scope of the Energy Efficiency Directive (EED) (EU) 2023/1791
List of products, works, services and buildings related to the Energy Efficiency Directive (EED)
Products  ( Green Public Procurement criteria )
5.1.9.
Selection criteria
Sources of selection criteria Notice
Criterion References on specified deliveries
Description of selection criterion As a minimum the Tenderer must provide 1 reference for comparable agreements. A comparable agreement means an agreement regarding delivery of an Optical Frequency Comb-based Calibration System with a total spectral coverage from 510-870 nm or a comparable instrument. The agreement, to which the reference refers, must not be more than 3 years old from the tender deadline. The date is calculated from the last signature on the agreement referred to.
5.1.10.
Award criteria
Criterion
TypePrice
Name Price
Description The price to be assessed is the Total Agreement Value and the Total Price for Options, specified in Section 2.1 and 2.2 in Appendix 2 – Prices. The tender with the lowest total price will be awarded the contract.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 100,00
5.1.11.
Procurement documents
Languages in which the procurement documents are officially available English
5.1.12.
Terms of procurement
Terms of submission
Electronic submission Required
Languages in which tenders or requests to participate may be submitted English
Electronic catalogue Not allowed
Variants Not allowed
Tenderers may submit more than one tender Not allowed
Deadline for receipt of tenders 31/03/2026   10:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid 6   Months
Information that can be supplemented after the submission deadline
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmes No
Conditions relating to the performance of the contract Please see the agreement.
A non-disclosure agreement is required no
Electronic invoicing Allowed
Electronic ordering will be used yes
Electronic payment will be used yes
5.1.15.
Techniques
Framework agreement
No framework agreement
Information about the dynamic purchasing system
No dynamic purchase system
Electronic auction no
5.1.16.
Further information, mediation and review
Review organisation Klagenævnet for Udbud
Information about review deadlines : 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 receiving requests to participate Danmarks Tekniske Universitet - DTU
Organisation processing tenders Danmarks Tekniske Universitet - DTU
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 receiving requests to participate
Organisation processing tenders
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 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 142cea90-b1a6-4bc8-8200-d3dcdb11fda6   -   01
Form type Competition
Notice type Contract or concession notice – standard regime
Notice subtype 16
Notice dispatch date 25/02/2026   07:59:25 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender) 25/02/2026   08:31:02 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially available English
Notice publication number 137665-2026
OJ S issue number 40/2026
Publication date 26/02/2026
Annonce Annonce
BREAKING
{{ article.headline }}
0.09|