2 individual and independent units of 32-channel superconducting nanowire single-photon detector systems

DTU requires 2 individual and independent units of 32-channel superconducting nanowire single-photon detector systems. The project is aimed to the establishment of a state-of-the-art infrastructure dedicated to the large-scale detection of optical quantum systems. This infrastructure will encompass multiple cryogenic systems capable of accommodating superconducting nanowire single-photon de-tectors to test …

CPV: 38000000 Laboratory, optical and precision equipments (excl. glasses), 38300000 Measuring instruments
Place of execution:
2 individual and independent units of 32-channel superconducting nanowire single-photon detector systems
Awarding body:
Danmarks Tekniske Universitet - DTU
Award number:
9729

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 : 2 individual and independent units of 32-channel superconducting nanowire single-photon detector systems
Beskrivelse : DTU requires 2 individual and independent units of 32-channel superconducting nanowire single-photon detector systems. The project is aimed to the establishment of a state-of-the-art infrastructure dedicated to the large-scale detection of optical quantum systems. This infrastructure will encompass multiple cryogenic systems capable of accommodating superconducting nanowire single-photon de-tectors to test on a large-scale new technology platforms for practical quantum communication and computing applications.
Identifikator for proceduren : 53869780-f592-40c3-a1ca-aab510d79965
Tidligere bekendtgørelse : 8ca8ee11-f518-4b58-a2ca-24cfbcee4605-01
Intern ID : 9729
Udbudsprocedure : Offentligt udbud
Proceduren er en hasteprocedure : nej
Begrundelse for hasteproceduren :
Hovedpunkterne i proceduren :

2.1.1 Formål

Kontraktens hovedformål : Varer
Primær klassifikation ( cpv ): 38000000 Laboratorieudstyr, optisk udstyr og præcisionsudstyr (ikke briller)
Supplerende klassifikation ( cpv ): 38300000 Måleudstyr

2.1.2 Udførelsessted

Landsdel (NUTS) : Københavns omegn ( DK012 )
Land : Danmark

2.1.3 Værdi

Anslået værdi eksklusiv moms : 9 000 000 Dansk krone

2.1.4 Generelle oplysninger

Yderligere oplysninger : All Tenderers must complete and hand in the European Single Procurement Document (ESPD) as part of the tender procedure. The compulsory grounds for exclusion, cf. section 135-136 in the Danish Public Procurement Act, the voluntary grounds for exclusion in section 137(1) (1, 2 and 6) applies for this tender procedure. Pursuant to section 134a in the Danish Public Procurement Act, DTU must exclude a Tenderer from participation in the procurement procedure if the Tenderer is established in a country that is included in the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to tenderers established in the country in question. Throughout the term of the Agreement, the Supplier must not be covered by the description in Article 5k of COUNCIL REGULATION (EU) 2022/576 of 8 April 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia's actions destabilising the situation in Ukraine (‘Regulation 2022/576’). Documentation for Information Stated in the ESPD: Upon DTU’s request the Tenderers must document that they are not encompassed by any of the grounds for exclusion stated in the ESPD. If the Tenderer is a consortium, all legal participants in the consortium must document that the consortium is not encompassed by any of the grounds for exclusion. If the Tenderer represents a consortium with several legally authorised persons, the Tenderer must complete and submit Appendix A – Consortium Declaration. If the Tenderer relies on the capacities of other entities, each supportive enterprise must 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, subsection 1 (participation in a criminal organization, corruption, bribery, fraud, terrorist or criminal offences linked to terrorist activities, money laundering or terrorist financing and child labour and other forms of human trafficking) and, - A certificate issued by a competent authority showing that the Tenderer is not encompassed by any of the grounds for exclusion, cf. (thePublic Procurement Act) Udbudslovens § 135, subsection 3 (payment of taxes and payment of social security) and § 137, sub-section 1, no. 2 (bankruptcy, insolvency, voluntary arrangement with creditors, analogous situation like bankruptcyunder national law, assets being administered by liquidator and business activities are suspended). If requested by DTU, the Tenderers must document – as stated in the ESPD - that they fulfil minimum levels for suitability. 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 : 2 individual and independent units of 32-channel superconducting nanowire single-photon detector systems
Beskrivelse : DTU requires 2 individual and independent units of 32-channel superconducting nanowire single-photon detector systems. The project is aimed to the establishment of a state-of-the-art infrastructure dedicated to the large-scale detection of optical quantum systems. This infrastructure will encompass multiple cryogenic systems capable of accommodating superconducting nanowire single-photon de-tectors to test on a large-scale new technology platforms for practical quantum communication and computing applications.
Intern ID : 9729

5.1.1 Formål

Kontraktens hovedformål : Varer
Primær klassifikation ( cpv ): 38000000 Laboratorieudstyr, optisk udstyr og præcisionsudstyr (ikke briller)
Supplerende klassifikation ( cpv ): 38300000 Måleudstyr

5.1.2 Udførelsessted

Landsdel (NUTS) : Københavns omegn ( DK012 )
Land : Danmark
Yderligere oplysninger :

5.1.3 Anslået varighed

Varighed : 1 År

5.1.5 Værdi

Anslået værdi eksklusiv moms : 9 000 000 Dansk krone

5.1.6 Generelle oplysninger

Indkøbsprojekt, der ikke finansieres med EU-midler
Udbuddet er omfattet af aftalen om offentlige udbud (GPA) : ja
Yderligere oplysninger : All Tenderers must complete and hand in the European Single Procurement Document (ESPD) as part of the tender procedure. The compulsory grounds for exclusion, cf. section 135-136 in the Danish Public Procurement Act, the voluntary grounds for exclusion in section 137(1) (1, 2 and 6) applies for this tender procedure. Pursuant to section 134a in the Danish Public Procurement Act, DTU must exclude a Tenderer from participation in the procurement procedure if the Tenderer is established in a country that is included in the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to tenderers established in the country in question. Throughout the term of the Agreement, the Supplier must not be covered by the description in Article 5k of COUNCIL REGULATION (EU) 2022/576 of 8 April 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia's actions destabilising the situation in Ukraine (‘Regulation 2022/576’). Documentation for Information Stated in the ESPD: Upon DTU’s request the Tenderers must document that they are not encompassed by any of the grounds for exclusion stated in the ESPD. If the Tenderer is a consortium, all legal participants in the consortium must document that the consortium is not encompassed by any of the grounds for exclusion. If the Tenderer represents a consortium with several legally authorised persons, the Tenderer must complete and submit Appendix A – Consortium Declaration. If the Tenderer relies on the capacities of other entities, each supportive enterprise must 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, subsection 1 (participation in a criminal organization, corruption, bribery, fraud, terrorist or criminal offences linked to terrorist activities, money laundering or terrorist financing and child labour and other forms of human trafficking) and, - A certificate issued by a competent authority showing that the Tenderer is not encompassed by any of the grounds for exclusion, cf. (thePublic Procurement Act) Udbudslovens § 135, subsection 3 (payment of taxes and payment of social security) and § 137, sub-section 1, no. 2 (bankruptcy, insolvency, voluntary arrangement with creditors, analogous situation like bankruptcyunder national law, assets being administered by liquidator and business activities are suspended). If requested by DTU, the Tenderers must document – as stated in the ESPD - that they fulfil minimum levels for suitability. 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 : Kvalitet
Navn : Quality and functionality
Beskrivelse : Please see section 5.4 in the document 'Instructions to Tenderers' for a description of the evaluation.
Kategori for tildelingskriteriet tærskel : Vægtning (procentdel, præcis)
Tildelingskriterium talværdi : 60
Kriterium :
Type : Kvalitet
Navn : Delivery time
Beskrivelse : Please see section 5.4 in the document 'Instructions to Tenderers' for a description of the evaluation.
Kategori for tildelingskriteriet tærskel : Vægtning (procentdel, præcis)
Tildelingskriterium talværdi : 25
Kriterium :
Type : Pris
Navn : Price
Beskrivelse : Please see section 5.4 in the document 'Instructions to Tenderers' for a description of the evaluation.
Kategori for tildelingskriteriet tærskel : Vægtning (procentdel, præcis)
Tildelingskriterium talværdi : 15
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 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 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, der leverer yderligere oplysninger om klageprocedurerne : Klagenævnet for Udbud -
Organisation, hvis budget anvendes til at betale for kontrakten : Danmarks Tekniske Universitet - DTU
Organisation, der udfører betalingen : Danmarks Tekniske Universitet - DTU

6. Resultater

Værdien af alle kontrakter tildelt i denne bekendtgørelse : 1 068 500 Euro

6.1 Resultat delkontrakt-ID : LOT-0000

Der er udvalgt mindst én vinder.

6.1.2 Oplysninger om vinderne

Vinder :
Officielt navn : Quantum Opus LLC
Tilbud :
Tilbud – Identifikator : Superconducting Nanowire Single-Photon Detection System - Quantum Opus LLC
ID for delkontrakt eller gruppe af delkontrakter : LOT-0000
Værdien af tilbuddet : 1 068 500 Euro
Tilbuddet blev rangordnet : ja
Kontraktoplysninger :
Identifikator for kontrakten : Superconducting Nanowire Single-Photon Detection System - Quantum Opus LLC
Dato for indgåelse af kontrakten : 13/06/2025

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, 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
Organisation, der leverer yderligere oplysninger om klageprocedurerne

8.1 ORG-0003

Officielt navn : Konkurrence- og Forbrugerstyrelsen
Registreringsnummer : 10294819
Postadresse : Carl Jacobsens Vej 35
By : Valby
Postnummer : 2500
Landsdel (NUTS) : Københavns omegn ( DK012 )
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 : Quantum Opus LLC
Registreringsnummer : 46-2349444
Postadresse : 14841 Keel St
By : Plymouth, MI
Postnummer : 48170
Land : Forenede Stater
Telefon : +151 46940336
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 : 8617a98c-e503-47b1-a894-aa91344785bc - 01
Formulartype : Resultater
Bekendtgørelsestype : Bekendtgørelse om indgåede kontrakter eller koncessionstildeling – standardordningen
Afsendelsesdato for bekendtgørelsen : 23/06/2025 11:25 +00:00
Dato for afsendelse af bekendtgørelsen (eSender) : 23/06/2025 11:30 +00:00
Bekendtgørelsens officielle sprog : dansk

11.2 Oplysninger om offentliggørelsen

Bekendtgørelsesnummer : 00406863-2025
EUT-S-nummer : 119/2025
Offentliggørelsesdato : 25/06/2025