Scanning nitrogen vacancy magnetometer with variable temperature and magnetic fields

DTU requires a scanning nitrogen vacancy magnetometer with variable temperature and magnetic fields. The system required is composed of: 1) a low-vibration dry cryostat with variable temperature control in the range of at least 10K-300K, 2) a magnet to apply magnetic fields to the sample and tip and 3) a …

CPV: 38000000 Echipamente de laborator, optice şi de precizie (cu excepţia ochelarilor), 33113000 Echipament de imagistică cu rezonanţă magnetică, 38300000 Instrumente de măsurare, 38400000 Instrumente de verificare a proprietăţilor fizice, 38430000 Aparate de detectare şi de analiză
Locul de executare:
Scanning nitrogen vacancy magnetometer with variable temperature and magnetic fields
Organismul de alocare:
Danmarks Tekniske Universitet - DTU
Numărul de atribuire:
9419

1. Køber

1.1 Køber

Officielt navn : Danmarks Tekniske Universitet - DTU
Køberens retlige status : Offentligretligt organ
Den ordregivende myndigheds aktivitet : Uddannelse

2. Procedure

2.1 Procedure

Titel : Scanning nitrogen vacancy magnetometer with variable temperature and magnetic fields
Beskrivelse : DTU requires a scanning nitrogen vacancy magnetometer with variable temperature and magnetic fields. The system required is composed of: 1) a low-vibration dry cryostat with variable temperature control in the range of at least 10K-300K, 2) a magnet to apply magnetic fields to the sample and tip and 3) a build-in scanning NV magnetometry. The system should feature low vibrational levels, stable temperature and magnetic fields, large sample space, electrical contacts to the sample and powerful AFM-like scanning with large scan ranges. DTU's budget for the purchase is maximum 800.000 EUR. As part of getting the purchase within this budget, DTU has initiated that the tenderers shall offer a price reduction in case of the Supplier's possible access to DTU's laboratory as described in Instructions to Tenderers. The estimated contract value for the basis system is 800.000 EUR. In addition to the estimated contract value there is a value of the option of the open laboratory. Furthermore, an amount of 200.000 EUR for DTU's right to purchase add-ons etc. under the contract has to be added to the estimated contract value. The Agreement will become effective on the date of the last signature. The Agreement will expire when all obligations under the Agreement have been performed.
Identifikator for proceduren : 7038e301-5f0a-495b-9456-79385727e9ce
Tidligere bekendtgørelse : c5272dd7-f539-405c-bfa1-693f16f0e2f7-01
Intern ID : 9419
Udbudsprocedure : Offentligt udbud
Proceduren er en hasteprocedure : nej
Begrundelse for hasteproceduren :
Hovedpunkterne i proceduren : Tenders will be opened after the deadline for submission of tenders. After opening of tenders, DTU will assess if each tender is compliant, including whether the tender complies with all formal and material requirements.

2.1.1 Formål

Kontraktens hovedformål : Varer
Primær klassifikation ( cpv ): 38000000 Laboratorieudstyr, optisk udstyr og præcisionsudstyr (ikke briller)
Supplerende klassifikation ( cpv ): 33113000 Udstyr til magnetisk resonansbilledbehandling
Supplerende klassifikation ( cpv ): 38300000 Måleudstyr
Supplerende klassifikation ( cpv ): 38400000 Instrumenter til kontrol af fysiske karakteristika
Supplerende klassifikation ( cpv ): 38430000 Apparater til fysisk eller kemisk analyse

2.1.2 Udførelsessted

By : Kongens Lyngby
Postnummer : 2800
Landsdel (NUTS) : Københavns omegn ( DK012 )
Land : Danmark

2.1.3 Værdi

Anslået værdi eksklusiv moms : 800 000 Euro

2.1.4 Generelle oplysninger

Indkaldelse af tilbud er afsluttet
Yderligere oplysninger : The Tenderer can only participate in the tender, if the Tenderer is not encompassed by the compulsory grounds for exclusion, cf. section 135-136 in the Danish Public Procurement Act and the voluntary grounds for exclusion in section 137(1)(1, 2,4 and 6). Pursuant to section 134a in the Danish Public Procurement Act, DTU must exclude a Tenderer from participation in the procurement procedure if the Tenderer is established in a country that is included in the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to tenderers established in the country in question. Throughout the term of the Agreement, the Supplier must not be covered by the description in Article 5k of COUNCIL REGULATION (EU) 2022/576 of 8 April 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia's actions destabilising the situation in Ukraine (‘Regulation 2022/576’). Upon DTU’s request the Tenderers must document that they are not encompassed by any of the grounds for exclusion stated in the ESPD. If the Tenderer is a consortium, all legal participants in the consortium must document that the consortium is not encompassed by any of the grounds for exclusion.If the Tenderer represents a consortium with several legally authorised persons, the Tenderer must complete and submit Appendix A – Consortium Declaration.If the Tender rely on the capacities of other entities, each supportive enterprise must document that they are not encompassed by any of the grounds for exclusion.If the Tenderer relies on the capacities of other entities, each entity must complete and submit Appendix B – Letter of Support. For Danish Tenderers the documentation requirement can be fulfilled by presenting an Official Certificate (Serviceattest) from the Danish Business Authority (Erhvervsstyrelsen), which must be issued no later than 12 months prior to the date where it is presented to DTU. Non-Danish Tenderers must provide:- An extract from a relevant register or a similar document issued by a competent authority, showing that the Tenderer is not encompassed by any of the grounds for exclusion, cf. (the Public Procurement Act) Udbudsloven § 135, sub-section 1 (participation in a criminal organization, corruption, bribery, fraud, terrorist or criminal offences linked to terrorist activities, money laundering or terrorist financing and child labour and other forms of human trafficking) and,- A certificate issued by a competent authority showing that the Tenderer is not encompassed by any of the grounds for exclusion, cf. (the Public Procurement Act) Udbudslovens § 135, sub-section 3 (payment of taxes and payment of social security) and § 137, sub-section 1, no. 2 (bankruptcy, insolvency, voluntary arrangement with creditors, analogous situation like bankruptcy under national law, assets being administered by liquidator and business activities are suspended). If requested by DTU, the Tenderers must document – as stated in the ESPD - that they fulfil minimum levels for suitability. Upon DTU’s request the winning tenderer must provide documentation for fulfilling minimum requirement for Economic and Financial Standing DTU requires documentation in terms of annual reports from the last 3 audited financial year for the proof of stated in the winning Tenderer's information regarding the Tenderer's economic and financial standing as stated in the ESPD. As documentation for the winning Tenderer's documentation for fulfilling minimum requirement for Technical and Professional Ability DTU reserves the right to contact the references stated in the ESPD.
Retsgrundlag :
Direktiv 2014/24/EU

5. Delkontrakt

5.1 Teknisk ID for delkontrakten : LOT-0000

Titel : Scanning nitrogen vacancy magnetometer with variable temperature and magnetic fields
Beskrivelse : DTU requires a scanning nitrogen vacancy magnetometer with variable temperature and magnetic fields. The system required is composed of: 1) a low-vibration dry cryostat with variable temperature control in the range of at least 10K-300K, 2) a magnet to apply magnetic fields to the sample and tip and 3) a build-in scanning NV magnetometry. The system should feature low vibrational levels, stable temperature and magnetic fields, large sample space, electrical contacts to the sample and powerful AFM-like scanning with large scan ranges. DTU's budget for the purchase is maximum 800.000 EUR. As part of getting the purchase within this budget, DTU has initiated that the tenderers shall offer a price reduction in case of the Supplier's possible access to DTU's laboratory as described in Instructions to Tenderers. The estimated contract value for the basis system is 800.000 EUR. In addition to the estimated contract value there is a value of the option of the open laboratory. Furthermore, an amount of 200.000 EUR for DTU's right to purchase add-ons etc. under the contract has to be added to the estimated contract value. The Agreement will become effective on the date of the last signature. The Agreement will expire when all obligations under the Agreement have been performed.
Intern ID : 9419

5.1.1 Formål

Kontraktens hovedformål : Varer
Primær klassifikation ( cpv ): 38000000 Laboratorieudstyr, optisk udstyr og præcisionsudstyr (ikke briller)
Supplerende klassifikation ( cpv ): 33113000 Udstyr til magnetisk resonansbilledbehandling
Supplerende klassifikation ( cpv ): 38300000 Måleudstyr
Supplerende klassifikation ( cpv ): 38400000 Instrumenter til kontrol af fysiske karakteristika
Supplerende klassifikation ( cpv ): 38430000 Apparater til fysisk eller kemisk analyse
Valgmuligheder :
Beskrivelse af optioner : The tenderers are asked to offer a price reduction in case of the Supplier's possible access to DTU's laboratory as described in Instructions to Tenderers. Furthermore, DTU reserves the right to purchase add-ons, upgrades etc. as described in the draft contract.

5.1.2 Udførelsessted

By : Kongens Lyngby
Postnummer : 2800
Landsdel (NUTS) : Københavns omegn ( DK012 )
Land : Danmark
Yderligere oplysninger :

5.1.3 Anslået varighed

Startdato : 01/02/2025
Varigheds slutdato : 31/03/2026

5.1.5 Værdi

Anslået værdi eksklusiv moms : 800 000 Euro

5.1.6 Generelle oplysninger

Indkøbsprojekt, der ikke finansieres med EU-midler
Udbuddet er omfattet af aftalen om offentlige udbud (GPA) : ja
Yderligere oplysninger : The Tenderer can only participate in the tender, if the Tenderer is not encompassed by the compulsory grounds for exclusion, cf. section 135-136 in the Danish Public Procurement Act and the voluntary grounds for exclusion in section 137(1)(1, 2,4 and 6). Pursuant to section 134a in the Danish Public Procurement Act, DTU must exclude a Tenderer from participation in the procurement procedure if the Tenderer is established in a country that is included in the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to tenderers established in the country in question. Throughout the term of the Agreement, the Supplier must not be covered by the description in Article 5k of COUNCIL REGULATION (EU) 2022/576 of 8 April 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia's actions destabilising the situation in Ukraine (‘Regulation 2022/576’). Upon DTU’s request the Tenderers must document that they are not encompassed by any of the grounds for exclusion stated in the ESPD. If the Tenderer is a consortium, all legal participants in the consortium must document that the consortium is not encompassed by any of the grounds for exclusion.If the Tenderer represents a consortium with several legally authorised persons, the Tenderer must complete and submit Appendix A – Consortium Declaration.If the Tender rely on the capacities of other entities, each supportive enterprise must document that they are not encompassed by any of the grounds for exclusion.If the Tenderer relies on the capacities of other entities, each entity must complete and submit Appendix B – Letter of Support. For Danish Tenderers the documentation requirement can be fulfilled by presenting an Official Certificate (Serviceattest) from the Danish Business Authority (Erhvervsstyrelsen), which must be issued no later than 12 months prior to the date where it is presented to DTU. Non-Danish Tenderers must provide:- An extract from a relevant register or a similar document issued by a competent authority, showing that the Tenderer is not encompassed by any of the grounds for exclusion, cf. (the Public Procurement Act) Udbudsloven § 135, sub-section 1 (participation in a criminal organization, corruption, bribery, fraud, terrorist or criminal offences linked to terrorist activities, money laundering or terrorist financing and child labour and other forms of human trafficking) and,- A certificate issued by a competent authority showing that the Tenderer is not encompassed by any of the grounds for exclusion, cf. (the Public Procurement Act) Udbudslovens § 135, sub-section 3 (payment of taxes and payment of social security) and § 137, sub-section 1, no. 2 (bankruptcy, insolvency, voluntary arrangement with creditors, analogous situation like bankruptcy under national law, assets being administered by liquidator and business activities are suspended). If requested by DTU, the Tenderers must document – as stated in the ESPD - that they fulfil minimum levels for suitability. Upon DTU’s request the winning tenderer must provide documentation for fulfilling minimum requirement for Economic and Financial Standing DTU requires documentation in terms of annual reports from the last 3 audited financial year for the proof of stated in the winning Tenderer's information regarding the Tenderer's economic and financial standing as stated in the ESPD. As documentation for the winning Tenderer's documentation for fulfilling minimum requirement for Technical and Professional Ability DTU reserves the right to contact the references stated in the ESPD.

5.1.10 Tildelingskriterier

Kriterium :
Type : Pris
Navn : Price
Beskrivelse : The evaluation of the sub-criterion 'Price' is described in the Instructions to Tenderers document.
Kategori for tildelingskriteriet tærskel : Vægtning (procentdel, præcis)
Tildelingskriterium talværdi : 10
Kriterium :
Type : Kvalitet
Navn : Quality and functionality
Beskrivelse : The evaluation of the sub-criterion 'Quality and functionality' is described in the Instructions to Tenderers document.
Kategori for tildelingskriteriet tærskel : Vægtning (procentdel, præcis)
Tildelingskriterium talværdi : 90
Beskrivelse af den metode, der skal anvendes, hvis vægtningen ikke kan udtrykkes ved hjælp af kriterier :
Begrundelse for ikke at angive vægtningen af tildelingskriterierne :

5.1.12 Udbudsvilkår

Oplysninger om klagefrister : 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.

5.1.15 Teknikker

Rammeaftale :
Ingen rammeaftale
Oplysninger om det dynamiske indkøbssystem :
Intet dynamisk indkøbssystem

5.1.16 Yderligere oplysninger, mægling og gennemgang

Organisation med ansvar for klager : Klagenævnet for Udbud -
Oplysninger om klagefrister : 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, der leverer oplysninger om den generelle lovgivningsramme angånde skatter på det sted, hvor kontrakten skal udføres : Konkurrence- og Forbrugerstyrelsen -
Organisation, der leverer supplerende oplysninger om udbudsproceduren : Danmarks Tekniske Universitet - DTU -
Organisation, der sikrer adgang til udbudsdokumenterne offline : Danmarks Tekniske Universitet - DTU -
Organisation, hvis budget anvendes til at betale for kontrakten : Danmarks Tekniske Universitet - DTU
Organisation, der udfører betalingen : Danmarks Tekniske Universitet - DTU
Organisation, der underskriver kontrakten : Danmarks Tekniske Universitet - DTU

6. Resultater

Værdien af alle kontrakter tildelt i denne bekendtgørelse : 833 720 Euro

6.1 Resultat delkontrakt-ID : LOT-0000

Der er udvalgt mindst én vinder.

6.1.2 Oplysninger om vinderne

Vinder :
Officielt navn : attocube systems AG
Tilbud :
Tilbud – Identifikator : 380247
ID for delkontrakt eller gruppe af delkontrakter : LOT-0000
Værdien af tilbuddet : 833 720 Euro
Kontraktoplysninger :
Identifikator for kontrakten : Agreement on a scanning nitrogen vacancy magnetometer with variable temperature and magnetic fields
Datoen for udvælgelsen af det vindende tilbud : 07/02/2025
Dato for indgåelse af kontrakten : 21/02/2025
Organisation, der underskriver kontrakten : Danmarks Tekniske Universitet - DTU

6.1.4 Statistiske oplysninger

Modtagne tilbud og ansøgninger om deltagelse :
Type modtagne indgivelser : Tilbud
Antal modtagne tilbud og ansøgninger om deltagelse : 1

8. Organisationer

8.1 ORG-0001

Officielt navn : Danmarks Tekniske Universitet - DTU
Registreringsnummer : 30060946
Postadresse : Anker Engelunds Vej 1
By : Kgs. Lyngby
Postnummer : 2800
Landsdel (NUTS) : Københavns omegn ( DK012 )
Land : Danmark
Enhed : Marianne Dauding
Telefon : +45 33344398
Internetadresse : https://www.dtu.dk/
Denne organisations roller :
Køber
Organisation, der leverer supplerende oplysninger om udbudsproceduren
Organisation, der sikrer adgang til udbudsdokumenterne offline
Organisation, der underskriver kontrakten
Organisation, hvis budget anvendes til at betale for kontrakten
Organisation, der udfører betalingen

8.1 ORG-0002

Officielt navn : Klagenævnet for Udbud
Registreringsnummer : 37795526
Postadresse : Nævnenes hus, Toldboden 2
By : Viborg
Postnummer : 8800
Landsdel (NUTS) : Vestjylland ( DK041 )
Land : Danmark
Telefon : +45 35291000
Internetadresse : http://www.klfu.dk
Denne organisations roller :
Organisation med ansvar for klager

8.1 ORG-0003

Officielt navn : Konkurrence- og Forbrugerstyrelsen
Registreringsnummer : 10294819
Postadresse : Carl Jacobsens Vej 35
By : Valby
Postnummer : 2500
Landsdel (NUTS) : Byen København ( DK011 )
Land : Danmark
Telefon : +45 41715000
Internetadresse : http://www.kfst.dk
Denne organisations roller :
Organisation, der leverer oplysninger om den generelle lovgivningsramme angånde skatter på det sted, hvor kontrakten skal udføres

8.1 ORG-0004

Officielt navn : attocube systems AG
Registreringsnummer : DE813357627
Postadresse : Eglfinger Weg 2
By : Haar
Postnummer : 85540
Landsdel (NUTS) : Bayreuth, Kreisfreie Stadt ( DE242 )
Land : Tyskland
Telefon : +49 (0)89 420797 0
Denne organisations roller :
Tilbudsgiver
Vinder af disse delkontrakter : LOT-0000

8.1 ORG-0005

Officielt navn : Mercell Holding ASA
Registreringsnummer : 980921565
Postadresse : Askekroken 11
By : Oslo
Postnummer : 0277
Landsdel (NUTS) : Oslo ( NO081 )
Land : Norge
Enhed : eSender
Telefon : +47 21018800
Fax : +47 21018801
Internetadresse : http://mercell.com/
Denne organisations roller :
TED eSender

11. Oplysninger om bekendtgørelsen

11.1 Oplysninger om bekendtgørelsen

Bekendtgørelsens ID : d95997de-7e20-4f25-87c0-55f5bac303be - 01
Formulartype : Resultater
Bekendtgørelsestype : Bekendtgørelse om indgåede kontrakter eller koncessionstildeling – standardordningen
Afsendelsesdato for bekendtgørelsen : 11/03/2025 15:49 +00:00
Dato for afsendelse af bekendtgørelsen (eSender) : 11/03/2025 16:00 +00:00
Bekendtgørelsens officielle sprog : dansk

11.2 Oplysninger om offentliggørelsen

Bekendtgørelsesnummer : 00164412-2025
EUT-S-nummer : 51/2025
Offentliggørelsesdato : 13/03/2025