Equipment for optical spectroscopy

Laboratory equipment to be installed at the chair for Semiconductor Nanostructures and Quantum Systems (Prof. J. J. Finley) at the Walter Schottky Institut of the Technical University of Munich. The tender is divided into five lots (1-5) and consists of: 1) Liquid Cryogen-free Optical Spectroscopy Cryostat with 2-axis Vector Magnet. …

CPV: 38000000 Equipo de laboratorio, óptico y de precisión (excepto gafas), 38636100 Láseres
Plazo:
2 de mayo de 2025 a las 08:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Equipment for optical spectroscopy
Organismo adjudicador:
Technische Universität München
Número de premio:
005/2025

1. Buyer

1.1 Buyer

Official name : Technische Universität München
Legal type of the buyer : Body governed by public law, controlled by a regional authority
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Equipment for optical spectroscopy
Description : Laboratory equipment to be installed at the chair for Semiconductor Nanostructures and Quantum Systems (Prof. J. J. Finley) at the Walter Schottky Institut of the Technical University of Munich. The tender is divided into five lots (1-5) and consists of: 1) Liquid Cryogen-free Optical Spectroscopy Cryostat with 2-axis Vector Magnet. 2) Liquid cryogen-free Optical Spectroscopy Cryostat and Optical Table. 3) A Continuously Tunable CW Laser System. 4) A Femtosecond Ti:Sapphire pulsed laser system. 5) An IR and MIR superconducting single photon detection system.
Procedure identifier : 1960174e-d84e-42cd-b26f-89fad02bf34f
Internal identifier : 005/2025
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)

2.1.2 Place of performance

Town : Garching
Postcode : 85748
Country subdivision (NUTS) : München, Landkreis ( DE21H )
Country : Germany

2.1.4 General information

Additional information : Bekanntmachungs-ID: CXP4YK05ETU
Legal basis :
Directive 2014/24/EU
vgv -

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law :
Corruption :
Participation in a criminal organisation :
Agreements with other economic operators aimed at distorting competition :
Breaching of obligations in the fields of environmental law :
Money laundering or terrorist financing :
Fraud :
Child labour and other forms of trafficking in human beings :
Insolvency :
Breaching of obligations in the fields of labour law :
Assets being administered by liquidator :
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure :
Conflict of interest due to its participation in the procurement procedure :
Direct or indirect involvement in the preparation of this procurement procedure :
Guilty of grave professional misconduct :
Early termination, damages or other comparable sanctions :
Breaching of obligations in the fields of social law :
Payment of social security contributions :
Business activities are suspended :
Payment of taxes :
Terrorist offences or offences linked to terrorist activities :

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Liquid cryogen-free optical spectroscopy cryostat with 2-axis vector magnet
Description : Lot 1 - Liquid Cryogen-free Optical Spectroscopy Cryostat with 2-axis Vector Magnet. The cryostat will be used to perform magneto-optical spectroscopy in the infrared (1-4µm) spectral range on semiconductor samples using free-space optical access to the low-temperature environment. The system should be top-loading, provide a base temperature <2K, and use a fully automatic gas handling system to cool the sample down to the base temperature. The system must be particularly vibration-free and have long-term stability. The cryostat should be a closed system that does not consume coolant during operation. Furthermore, the system should not use He3. The system should feature a 2-axis vector magnet capable of reaching 9T along the optical axis at the position of the sample and 3T perpendicular to the optical axis. It should be delivered with a quick-change sample holder attached to a 3 axis low-temperature, non-magnetic piezoelectric positioner capable of positioning the sample in three orthogonal spatial dimensions with a precision <300nm, reproducibility <3µm within a >4 x 4 x 4 mm volume. Other details can be found in the technical specifications of Lot 1. Lot 2 - Liquid cryogen free optical spectroscopy cryostat and optical table. The closed cycle cryostat will be used to perform optical spectroscopy in the infrared (0.9-3.5µm) spectral range on semiconductor samples using free-space optical access into the low-temperature environment. The system should provide a base temperature <5K, maximum temperature >310K and use a fully automatic gas handling system to control sample temperature. The cryostat should be a closed system that does not consume coolant during operation. Furthermore, the system should not use He3. The delivered system must feature a 1500mm x 2100mm optical table and a piezoelectric positioner capable of positioning the sample in three orthogonal spatial dimensions with a precision <300nm, reproducibility <3µm over a 4 x 4 x 4 mm range of travel within the low temperature environment. Other details can be found in the technical specifications of Lot 2. Lot 3 - Continuously Tunable CW Laser System The tunable laser system will be used to perform optical spectroscopy measurements of advanced semiconductor samples. It shall (at least) be tunable over the spectral range 1000-1500nm (NIR) and 1700-3350nm (IR) and be delivered with a wavemeter allowing for the emission frequency to be controlled with a precision <1 THz. The emission linewidth should be <1 MHz at all wavelengths, and the system should provide >100mW output power at all wavelengths. Systems continuously tunable over the entire range 1000 - 3350nm, and those providing higher average output power will be favoured. The emission frequency of the system should be controllable using a computer to allow for it to be integrated into an automated measurement system. Other details can be found in the technical specifications of Lot 3. Lot 4 - Femtosecond Ti:Sapphire pulsed laser system The tunable laser system will be used as a pump laser for an existing Coherent OPO system (Chameleon Compact OPO) to perform optical spectroscopy measurements of advanced semiconductor samples. The supplied system shall be (at least) be tunable over the spectral range 700-1000nm (vis NIR) and must be qualified (listed on the OPO datasheet) as a pump laser for the existing OPO system to allow it to provide the specified output in the 1000-1600nm (signal) and 1750-3800nm (idler) spectral ranges. NOTE: The idler beam path of the Coherent OPO system is not currently available and must be installed as an upgrade to the existing system. This upgrade is part of the current lot. The system should provide specified >3.5W average output power at 800nm and a pulse duration <140fs and a repetition frequency of 80 MHz. Moreover, when used in conjuction with the OPO, the idler should provide a power >80mW over the entire spectral range specified above. The emission frequency of the combined Ti:Sapphire / OPO system should be controllable using a unified computer interface to allow for it to be integrated easily into an automated measurement system. Other details can be found in the technical specifications of Lot 4. Lot 5 - IR and MIR Superconducting Single Photon Detector System The SSPD system will be used to perform optical spectroscopy measurements of advanced semiconductor samples in the NIR and IR spectral ranges. It shall (at least) provide two channel detectors optimised at 1310nm and 1550nm and two sets detectors optimized at 2300nm and 3000nm, respectively. Preference will be given to suppliers capable of meeting the performance metrics in the 2300nm and 3000nm spectral ranges. The final total shall include freight, warranty, installation, and training costs. Moreover, the system should be delivered and installed within 20 weeks of placing the order. Other details can be found in the technical specifications of Lot 5.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)

5.1.2 Place of performance

Town : Garching
Postcode : 85748
Country subdivision (NUTS) : München, Landkreis ( DE21H )
Country : Germany
Additional information :

5.1.3 Estimated duration

Duration : 10 Month

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Yearly turnover

5.1.10 Award criteria

Criterion :
Type : Price
Name : Lowest Price
Description : Lump sum price (net): Max Points 6, Weighting 2, Score = 6 x (3 - ((lowest price offered) / (price-offered)))
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Delivery Time
Description : Delivery Time (Points 3, weighting 2), maximum points=6 Score = 3 x (3 - ((shortest delivery time) / (delivery time offered))
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Physical footprint of system in laboratory
Description : Footprint = Physical size of the delivered system (footprint in m^2) in laboratory Score = 2 x (3 - ((smallest footprint) / (footprint of system)))
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Duration of warranty
Description : Duration of warrant = 4 points, weighting 2 Longer is better Score = 4 x (2 x warranty offered) / (warranty offered + longest warranty offered)
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 25/04/2025 23:59 +02:00
Ad hoc communication channel :

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 : 02/05/2025 08:00 +02:00
Deadline until which the tender must remain valid : 60 Day
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
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.
Information about public opening :
Opening date : 02/05/2025 08:01 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Regierung von Oberbayern Vergabekammer Südbayern -
Organisation providing additional information about the procurement procedure : Technische Universität München -
Organisation receiving requests to participate : Technische Universität München -

5.1 Lot technical ID : LOT-0002

Title : Liquid cryogen-free optical spectroscopy cryostat and optical table
Description : Lot 1 - Liquid Cryogen-free Optical Spectroscopy Cryostat with 2-axis Vector Magnet. The cryostat will be used to perform magneto-optical spectroscopy in the infrared (1-4µm) spectral range on semiconductor samples using free-space optical access to the low-temperature environment. The system should be top-loading, provide a base temperature <2K, and use a fully automatic gas handling system to cool the sample down to the base temperature. The system must be particularly vibration-free and have long-term stability. The cryostat should be a closed system that does not consume coolant during operation. Furthermore, the system should not use He3. The system should feature a 2-axis vector magnet capable of reaching 9T along the optical axis at the position of the sample and 3T perpendicular to the optical axis. It should be delivered with a quick-change sample holder attached to a 3 axis low-temperature, non-magnetic piezoelectric positioner capable of positioning the sample in three orthogonal spatial dimensions with a precision <300nm, reproducibility <3µm within a >4 x 4 x 4 mm volume. Other details can be found in the technical specifications of Lot 1. Lot 2 - Liquid cryogen free optical spectroscopy cryostat and optical table. The closed cycle cryostat will be used to perform optical spectroscopy in the infrared (0.9-3.5µm) spectral range on semiconductor samples using free-space optical access into the low-temperature environment. The system should provide a base temperature <5K, maximum temperature >310K and use a fully automatic gas handling system to control sample temperature. The cryostat should be a closed system that does not consume coolant during operation. Furthermore, the system should not use He3. The delivered system must feature a 1500mm x 2100mm optical table and a piezoelectric positioner capable of positioning the sample in three orthogonal spatial dimensions with a precision <300nm, reproducibility <3µm over a 4 x 4 x 4 mm range of travel within the low temperature environment. Other details can be found in the technical specifications of Lot 2. Lot 3 - Continuously Tunable CW Laser System The tunable laser system will be used to perform optical spectroscopy measurements of advanced semiconductor samples. It shall (at least) be tunable over the spectral range 1000-1500nm (NIR) and 1700-3350nm (IR) and be delivered with a wavemeter allowing for the emission frequency to be controlled with a precision <1 THz. The emission linewidth should be <1 MHz at all wavelengths, and the system should provide >100mW output power at all wavelengths. Systems continuously tunable over the entire range 1000 - 3350nm, and those providing higher average output power will be favoured. The emission frequency of the system should be controllable using a computer to allow for it to be integrated into an automated measurement system. Other details can be found in the technical specifications of Lot 3. Lot 4 - Femtosecond Ti:Sapphire pulsed laser system The tunable laser system will be used as a pump laser for an existing Coherent OPO system (Chameleon Compact OPO) to perform optical spectroscopy measurements of advanced semiconductor samples. The supplied system shall be (at least) be tunable over the spectral range 700-1000nm (vis NIR) and must be qualified (listed on the OPO datasheet) as a pump laser for the existing OPO system to allow it to provide the specified output in the 1000-1600nm (signal) and 1750-3800nm (idler) spectral ranges. NOTE: The idler beam path of the Coherent OPO system is not currently available and must be installed as an upgrade to the existing system. This upgrade is part of the current lot. The system should provide specified >3.5W average output power at 800nm and a pulse duration <140fs and a repetition frequency of 80 MHz. Moreover, when used in conjuction with the OPO, the idler should provide a power >80mW over the entire spectral range specified above. The emission frequency of the combined Ti:Sapphire / OPO system should be controllable using a unified computer interface to allow for it to be integrated easily into an automated measurement system. Other details can be found in the technical specifications of Lot 4. Lot 5 - IR and MIR Superconducting Single Photon Detector System The SSPD system will be used to perform optical spectroscopy measurements of advanced semiconductor samples in the NIR and IR spectral ranges. It shall (at least) provide two channel detectors optimised at 1310nm and 1550nm and two sets detectors optimized at 2300nm and 3000nm, respectively. Preference will be given to suppliers capable of meeting the performance metrics in the 2300nm and 3000nm spectral ranges. The final total shall include freight, warranty, installation, and training costs. Moreover, the system should be delivered and installed within 20 weeks of placing the order. Other details can be found in the technical specifications of Lot 5.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)

5.1.2 Place of performance

Town : Garching
Postcode : 85748
Country subdivision (NUTS) : München, Landkreis ( DE21H )
Country : Germany
Additional information :

5.1.3 Estimated duration

Duration : 10 Month

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Yearly turnover

5.1.10 Award criteria

Criterion :
Type : Price
Name : Lowest Price
Description : Lump sum price (net): Max Points 6, Weighting 2, Score = 6 x (3 - ((lowest price offered) / (price-offered)))
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Delivery Time
Description : Delivery Time (Points 3, weighting 2), maximum points=6 Score = 3 x (3 - ((shortest delivery time) / (delivery time offered))
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Physical footprint of system in laboratory
Description : Footprint = Physical size of the delivered system (footprint in m^2) in laboratory Score = 2 x (3 - ((smallest footprint) / (footprint of system)))
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Duration of warranty
Description : Duration of warrant = 4 points, weighting 2 Longer is better Score = 4 x (2 x warranty offered) / (warranty offered + longest warranty offered)
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 25/04/2025 23:59 +02:00
Ad hoc communication channel :

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 : 02/05/2025 08:00 +02:00
Deadline until which the tender must remain valid : 60 Day
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
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.
Information about public opening :
Opening date : 02/05/2025 08:01 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Regierung von Oberbayern Vergabekammer Südbayern -
Organisation providing additional information about the procurement procedure : Technische Universität München -
Organisation receiving requests to participate : Technische Universität München -

5.1 Lot technical ID : LOT-0003

Title : Continuously Tunable CW Laser System
Description : Lot 1 - Liquid Cryogen-free Optical Spectroscopy Cryostat with 2-axis Vector Magnet. The cryostat will be used to perform magneto-optical spectroscopy in the infrared (1-4µm) spectral range on semiconductor samples using free-space optical access to the low-temperature environment. The system should be top-loading, provide a base temperature <2K, and use a fully automatic gas handling system to cool the sample down to the base temperature. The system must be particularly vibration-free and have long-term stability. The cryostat should be a closed system that does not consume coolant during operation. Furthermore, the system should not use He3. The system should feature a 2-axis vector magnet capable of reaching 9T along the optical axis at the position of the sample and 3T perpendicular to the optical axis. It should be delivered with a quick-change sample holder attached to a 3 axis low-temperature, non-magnetic piezoelectric positioner capable of positioning the sample in three orthogonal spatial dimensions with a precision <300nm, reproducibility <3µm within a >4 x 4 x 4 mm volume. Other details can be found in the technical specifications of Lot 1. Lot 2 - Liquid cryogen free optical spectroscopy cryostat and optical table. The closed cycle cryostat will be used to perform optical spectroscopy in the infrared (0.9-3.5µm) spectral range on semiconductor samples using free-space optical access into the low-temperature environment. The system should provide a base temperature <5K, maximum temperature >310K and use a fully automatic gas handling system to control sample temperature. The cryostat should be a closed system that does not consume coolant during operation. Furthermore, the system should not use He3. The delivered system must feature a 1500mm x 2100mm optical table and a piezoelectric positioner capable of positioning the sample in three orthogonal spatial dimensions with a precision <300nm, reproducibility <3µm over a 4 x 4 x 4 mm range of travel within the low temperature environment. Other details can be found in the technical specifications of Lot 2. Lot 3 - Continuously Tunable CW Laser System The tunable laser system will be used to perform optical spectroscopy measurements of advanced semiconductor samples. It shall (at least) be tunable over the spectral range 1000-1500nm (NIR) and 1700-3350nm (IR) and be delivered with a wavemeter allowing for the emission frequency to be controlled with a precision <1 THz. The emission linewidth should be <1 MHz at all wavelengths, and the system should provide >100mW output power at all wavelengths. Systems continuously tunable over the entire range 1000 - 3350nm, and those providing higher average output power will be favoured. The emission frequency of the system should be controllable using a computer to allow for it to be integrated into an automated measurement system. Other details can be found in the technical specifications of Lot 3. Lot 4 - Femtosecond Ti:Sapphire pulsed laser system The tunable laser system will be used as a pump laser for an existing Coherent OPO system (Chameleon Compact OPO) to perform optical spectroscopy measurements of advanced semiconductor samples. The supplied system shall be (at least) be tunable over the spectral range 700-1000nm (vis NIR) and must be qualified (listed on the OPO datasheet) as a pump laser for the existing OPO system to allow it to provide the specified output in the 1000-1600nm (signal) and 1750-3800nm (idler) spectral ranges. NOTE: The idler beam path of the Coherent OPO system is not currently available and must be installed as an upgrade to the existing system. This upgrade is part of the current lot. The system should provide specified >3.5W average output power at 800nm and a pulse duration <140fs and a repetition frequency of 80 MHz. Moreover, when used in conjuction with the OPO, the idler should provide a power >80mW over the entire spectral range specified above. The emission frequency of the combined Ti:Sapphire / OPO system should be controllable using a unified computer interface to allow for it to be integrated easily into an automated measurement system. Other details can be found in the technical specifications of Lot 4. Lot 5 - IR and MIR Superconducting Single Photon Detector System The SSPD system will be used to perform optical spectroscopy measurements of advanced semiconductor samples in the NIR and IR spectral ranges. It shall (at least) provide two channel detectors optimised at 1310nm and 1550nm and two sets detectors optimized at 2300nm and 3000nm, respectively. Preference will be given to suppliers capable of meeting the performance metrics in the 2300nm and 3000nm spectral ranges. The final total shall include freight, warranty, installation, and training costs. Moreover, the system should be delivered and installed within 20 weeks of placing the order. Other details can be found in the technical specifications of Lot 5.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38636100 Lasers

5.1.2 Place of performance

Town : Garching
Postcode : 85748
Country subdivision (NUTS) : München, Landkreis ( DE21H )
Country : Germany
Additional information :

5.1.3 Estimated duration

Duration : 10 Month

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Yearly turnover

5.1.10 Award criteria

Criterion :
Type : Price
Name : Lowest Price
Description : Lump sum price (net): Max Points 6, Weighting 2, Score = 6 x (3 - ((lowest price offered) / (price-offered)))
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Delivery Time
Description : Delivery Time (Points 3, weighting 2), maximum points=6 Score = 3 x (3 - ((shortest delivery time) / (delivery time offered))
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Physical footprint of system in laboratory
Description : Footprint = Physical size of the delivered system (footprint in m^2) in laboratory Score = 2 x (3 - ((smallest footprint) / (footprint of system)))
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Duration of warranty
Description : Duration of warrant = 4 points, weighting 2 Longer is better Score = 4 x (2 x warranty offered) / (warranty offered + longest warranty offered)
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 25/04/2025 23:59 +02:00
Ad hoc communication channel :

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 : 02/05/2025 08:00 +02:00
Deadline until which the tender must remain valid : 60 Day
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
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.
Information about public opening :
Opening date : 02/05/2025 08:01 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Regierung von Oberbayern Vergabekammer Südbayern -
Organisation providing additional information about the procurement procedure : Technische Universität München -
Organisation receiving requests to participate : Technische Universität München -

5.1 Lot technical ID : LOT-0004

Title : Femtosecond pulsed laser system
Description : Lot 1 - Liquid Cryogen-free Optical Spectroscopy Cryostat with 2-axis Vector Magnet. The cryostat will be used to perform magneto-optical spectroscopy in the infrared (1-4µm) spectral range on semiconductor samples using free-space optical access to the low-temperature environment. The system should be top-loading, provide a base temperature <2K, and use a fully automatic gas handling system to cool the sample down to the base temperature. The system must be particularly vibration-free and have long-term stability. The cryostat should be a closed system that does not consume coolant during operation. Furthermore, the system should not use He3. The system should feature a 2-axis vector magnet capable of reaching 9T along the optical axis at the position of the sample and 3T perpendicular to the optical axis. It should be delivered with a quick-change sample holder attached to a 3 axis low-temperature, non-magnetic piezoelectric positioner capable of positioning the sample in three orthogonal spatial dimensions with a precision <300nm, reproducibility <3µm within a >4 x 4 x 4 mm volume. Other details can be found in the technical specifications of Lot 1. Lot 2 - Liquid cryogen free optical spectroscopy cryostat and optical table. The closed cycle cryostat will be used to perform optical spectroscopy in the infrared (0.9-3.5µm) spectral range on semiconductor samples using free-space optical access into the low-temperature environment. The system should provide a base temperature <5K, maximum temperature >310K and use a fully automatic gas handling system to control sample temperature. The cryostat should be a closed system that does not consume coolant during operation. Furthermore, the system should not use He3. The delivered system must feature a 1500mm x 2100mm optical table and a piezoelectric positioner capable of positioning the sample in three orthogonal spatial dimensions with a precision <300nm, reproducibility <3µm over a 4 x 4 x 4 mm range of travel within the low temperature environment. Other details can be found in the technical specifications of Lot 2. Lot 3 - Continuously Tunable CW Laser System The tunable laser system will be used to perform optical spectroscopy measurements of advanced semiconductor samples. It shall (at least) be tunable over the spectral range 1000-1500nm (NIR) and 1700-3350nm (IR) and be delivered with a wavemeter allowing for the emission frequency to be controlled with a precision <1 THz. The emission linewidth should be <1 MHz at all wavelengths, and the system should provide >100mW output power at all wavelengths. Systems continuously tunable over the entire range 1000 - 3350nm, and those providing higher average output power will be favoured. The emission frequency of the system should be controllable using a computer to allow for it to be integrated into an automated measurement system. Other details can be found in the technical specifications of Lot 3. Lot 4 - Femtosecond Ti:Sapphire pulsed laser system The tunable laser system will be used as a pump laser for an existing Coherent OPO system (Chameleon Compact OPO) to perform optical spectroscopy measurements of advanced semiconductor samples. The supplied system shall be (at least) be tunable over the spectral range 700-1000nm (vis NIR) and must be qualified (listed on the OPO datasheet) as a pump laser for the existing OPO system to allow it to provide the specified output in the 1000-1600nm (signal) and 1750-3800nm (idler) spectral ranges. NOTE: The idler beam path of the Coherent OPO system is not currently available and must be installed as an upgrade to the existing system. This upgrade is part of the current lot. The system should provide specified >3.5W average output power at 800nm and a pulse duration <140fs and a repetition frequency of 80 MHz. Moreover, when used in conjuction with the OPO, the idler should provide a power >80mW over the entire spectral range specified above. The emission frequency of the combined Ti:Sapphire / OPO system should be controllable using a unified computer interface to allow for it to be integrated easily into an automated measurement system. Other details can be found in the technical specifications of Lot 4. Lot 5 - IR and MIR Superconducting Single Photon Detector System The SSPD system will be used to perform optical spectroscopy measurements of advanced semiconductor samples in the NIR and IR spectral ranges. It shall (at least) provide two channel detectors optimised at 1310nm and 1550nm and two sets detectors optimized at 2300nm and 3000nm, respectively. Preference will be given to suppliers capable of meeting the performance metrics in the 2300nm and 3000nm spectral ranges. The final total shall include freight, warranty, installation, and training costs. Moreover, the system should be delivered and installed within 20 weeks of placing the order. Other details can be found in the technical specifications of Lot 5.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)

5.1.2 Place of performance

Town : Garching
Postcode : 85748
Country subdivision (NUTS) : München, Landkreis ( DE21H )
Country : Germany
Additional information :

5.1.3 Estimated duration

Duration : 10 Month

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Yearly turnover

5.1.10 Award criteria

Criterion :
Type : Price
Name : Lowest Price
Description : Lump sum price (net): Max Points 6, Weighting 2, Score = 6 x (3 - ((lowest price offered) / (price-offered)))
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Delivery Time
Description : Delivery Time (Points 3, weighting 2), maximum points=6 Score = 3 x (3 - ((shortest delivery time) / (delivery time offered))
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Physical footprint of system in laboratory
Description : Footprint = Physical size of the delivered system (footprint in m^2) in laboratory Score = 2 x (3 - ((smallest footprint) / (footprint of system)))
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Duration of warranty
Description : Duration of warrant = 4 points, weighting 2 Longer is better Score = 4 x (2 x warranty offered) / (warranty offered + longest warranty offered)
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 25/04/2025 23:59 +02:00
Ad hoc communication channel :

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 : 02/05/2025 08:00 +02:00
Deadline until which the tender must remain valid : 60 Day
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
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.
Information about public opening :
Opening date : 02/05/2025 08:01 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Regierung von Oberbayern Vergabekammer Südbayern -
Organisation providing additional information about the procurement procedure : Technische Universität München -
Organisation receiving requests to participate : Technische Universität München -

5.1 Lot technical ID : LOT-0005

Title : IR and MIR Superconducting Single Photon Detector System
Description : Lot 1 - Liquid Cryogen-free Optical Spectroscopy Cryostat with 2-axis Vector Magnet. The cryostat will be used to perform magneto-optical spectroscopy in the infrared (1-4µm) spectral range on semiconductor samples using free-space optical access to the low-temperature environment. The system should be top-loading, provide a base temperature <2K, and use a fully automatic gas handling system to cool the sample down to the base temperature. The system must be particularly vibration-free and have long-term stability. The cryostat should be a closed system that does not consume coolant during operation. Furthermore, the system should not use He3. The system should feature a 2-axis vector magnet capable of reaching 9T along the optical axis at the position of the sample and 3T perpendicular to the optical axis. It should be delivered with a quick-change sample holder attached to a 3 axis low-temperature, non-magnetic piezoelectric positioner capable of positioning the sample in three orthogonal spatial dimensions with a precision <300nm, reproducibility <3µm within a >4 x 4 x 4 mm volume. Other details can be found in the technical specifications of Lot 1. Lot 2 - Liquid cryogen free optical spectroscopy cryostat and optical table. The closed cycle cryostat will be used to perform optical spectroscopy in the infrared (0.9-3.5µm) spectral range on semiconductor samples using free-space optical access into the low-temperature environment. The system should provide a base temperature <5K, maximum temperature >310K and use a fully automatic gas handling system to control sample temperature. The cryostat should be a closed system that does not consume coolant during operation. Furthermore, the system should not use He3. The delivered system must feature a 1500mm x 2100mm optical table and a piezoelectric positioner capable of positioning the sample in three orthogonal spatial dimensions with a precision <300nm, reproducibility <3µm over a 4 x 4 x 4 mm range of travel within the low temperature environment. Other details can be found in the technical specifications of Lot 2. Lot 3 - Continuously Tunable CW Laser System The tunable laser system will be used to perform optical spectroscopy measurements of advanced semiconductor samples. It shall (at least) be tunable over the spectral range 1000-1500nm (NIR) and 1700-3350nm (IR) and be delivered with a wavemeter allowing for the emission frequency to be controlled with a precision <1 THz. The emission linewidth should be <1 MHz at all wavelengths, and the system should provide >100mW output power at all wavelengths. Systems continuously tunable over the entire range 1000 - 3350nm, and those providing higher average output power will be favoured. The emission frequency of the system should be controllable using a computer to allow for it to be integrated into an automated measurement system. Other details can be found in the technical specifications of Lot 3. Lot 4 - Femtosecond Ti:Sapphire pulsed laser system The tunable laser system will be used as a pump laser for an existing Coherent OPO system (Chameleon Compact OPO) to perform optical spectroscopy measurements of advanced semiconductor samples. The supplied system shall be (at least) be tunable over the spectral range 700-1000nm (vis NIR) and must be qualified (listed on the OPO datasheet) as a pump laser for the existing OPO system to allow it to provide the specified output in the 1000-1600nm (signal) and 1750-3800nm (idler) spectral ranges. NOTE: The idler beam path of the Coherent OPO system is not currently available and must be installed as an upgrade to the existing system. This upgrade is part of the current lot. The system should provide specified >3.5W average output power at 800nm and a pulse duration <140fs and a repetition frequency of 80 MHz. Moreover, when used in conjuction with the OPO, the idler should provide a power >80mW over the entire spectral range specified above. The emission frequency of the combined Ti:Sapphire / OPO system should be controllable using a unified computer interface to allow for it to be integrated easily into an automated measurement system. Other details can be found in the technical specifications of Lot 4. Lot 5 - IR and MIR Superconducting Single Photon Detector System The SSPD system will be used to perform optical spectroscopy measurements of advanced semiconductor samples in the NIR and IR spectral ranges. It shall (at least) provide two channel detectors optimised at 1310nm and 1550nm and two sets detectors optimized at 2300nm and 3000nm, respectively. Preference will be given to suppliers capable of meeting the performance metrics in the 2300nm and 3000nm spectral ranges. The final total shall include freight, warranty, installation, and training costs. Moreover, the system should be delivered and installed within 20 weeks of placing the order. Other details can be found in the technical specifications of Lot 5.
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)

5.1.2 Place of performance

Town : Garching
Postcode : 85748
Country subdivision (NUTS) : München, Landkreis ( DE21H )
Country : Germany
Additional information :

5.1.3 Estimated duration

Duration : 10 Month

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Yearly turnover

5.1.10 Award criteria

Criterion :
Type : Price
Name : Lowest Price
Description : Lump sum price (net): Max Points 6, Weighting 2, Score = 6 x (3 - ((lowest price offered) / (price-offered)))
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Delivery Time
Description : Delivery Time (Points 3, weighting 2), maximum points=6 Score = 3 x (3 - ((shortest delivery time) / (delivery time offered))
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Physical footprint of system in laboratory
Description : Footprint = Physical size of the delivered system (footprint in m^2) in laboratory Score = 2 x (3 - ((smallest footprint) / (footprint of system)))
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Duration of warranty
Description : Duration of warrant = 4 points, weighting 2 Longer is better Score = 4 x (2 x warranty offered) / (warranty offered + longest warranty offered)
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 25/04/2025 23:59 +02:00
Ad hoc communication channel :

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 : 02/05/2025 08:00 +02:00
Deadline until which the tender must remain valid : 60 Day
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
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.
Information about public opening :
Opening date : 02/05/2025 08:01 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Regierung von Oberbayern Vergabekammer Südbayern -
Organisation providing additional information about the procurement procedure : Technische Universität München -
Organisation receiving requests to participate : Technische Universität München -

8. Organisations

8.1 ORG-0001

Official name : Technische Universität München
Registration number : 09-1512011-61
Town : München
Postcode : 80333
Country subdivision (NUTS) : München, Kreisfreie Stadt ( DE212 )
Country : Germany
Contact point : Walter Schottky Institut
Telephone : +49 89 289 12771
Fax : +49 89 289 12704
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Regierung von Oberbayern Vergabekammer Südbayern
Registration number : 09-0318006-60
Town : München
Postcode : 80534
Country subdivision (NUTS) : München, Kreisfreie Stadt ( DE212 )
Country : Germany
Telephone : +49 892176-2411
Fax : +49 892176-2847
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Datenservice Öffentlicher Einkauf (in Verantwortung des Beschaffungsamts des BMI)
Registration number : 0204:994-DOEVD-83
Town : Bonn
Postcode : 53119
Country subdivision (NUTS) : Bonn, Kreisfreie Stadt ( DEA22 )
Country : Germany
Telephone : +49228996100
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 1cf0f00c-47ae-4039-9cb6-c3fc16247530 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/03/2025 14:44 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00194563-2025
OJ S issue number : 60/2025
Publication date : 26/03/2025