Two-photon polymerization printer

DTU Nanolab is looking for a two-photon polymerization (2PP) printer, which will be used in an open access multi-user facility for applications including, but not limited to: photonic wire bonding, biomedical applications (e.g. microneedles, cell scaffolds), microoptics, and microrobotics. The 2PP printer should be versatile, accomodating the needs of a …

CPV: 31000000 Electrical machinery, apparatus, equipment and consumables; lighting, 24000000 Chemical products, 24900000 Fine and various chemical products, 24950000 Specialised chemical products, 30000000 Office and computing machinery, equipment and supplies except furniture and software packages, 30200000 Computer equipment and supplies, 30230000 Computer-related equipment, 30232000 Peripheral equipment, 30232100 Printers and plotters, 30232110 Laser printers, 31700000 Electronic, electromechanical and electrotechnical supplies, 31710000 Electronic equipment, 31712000 Microelectronic machinery and apparatus and microsystems, 31730000 Electrotechnical equipment, 31731000 Electrotechnical supplies, 38000000 Laboratory, optical and precision equipments (excl. glasses), 38600000 Optical instruments, 42000000 Industrial machinery, 42900000 Miscellaneous general and special-purpose machinery
Place of execution:
Two-photon polymerization printer
Awarding body:
Danmarks Tekniske Universitet - DTU
Award number:
10252

1. Buyer

1.1 Buyer

Official name : Danmarks Tekniske Universitet - DTU
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Two-photon polymerization printer
Description : DTU Nanolab is looking for a two-photon polymerization (2PP) printer, which will be used in an open access multi-user facility for applications including, but not limited to: photonic wire bonding, biomedical applications (e.g. microneedles, cell scaffolds), microoptics, and microrobotics. The 2PP printer should be versatile, accomodating the needs of a multi-user facility. Additionally, the 2PP printer should be user-friendly, as it will be used by different types of people, such as researchers, industrial customers, and students. For the same reason, we are looking for a system that can offer user support for both standard and R&D usage.
Procedure identifier : 57fb6ef0-6b7c-44d0-847d-b79f976b8f67
Previous notice : 87ddfb12-0539-411e-a0a1-04a8c7eb274a-01
Internal identifier : 10252
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Please see §§ 56-57 in the Danish Public Procurement Act.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 24000000 Chemical products
Additional classification ( cpv ): 24900000 Fine and various chemical products
Additional classification ( cpv ): 24950000 Specialised chemical products
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30232000 Peripheral equipment
Additional classification ( cpv ): 30232100 Printers and plotters
Additional classification ( cpv ): 30232110 Laser printers
Additional classification ( cpv ): 31700000 Electronic, electromechanical and electrotechnical supplies
Additional classification ( cpv ): 31710000 Electronic equipment
Additional classification ( cpv ): 31712000 Microelectronic machinery and apparatus and microsystems
Additional classification ( cpv ): 31730000 Electrotechnical equipment
Additional classification ( cpv ): 31731000 Electrotechnical supplies
Additional classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 38600000 Optical instruments
Additional classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42900000 Miscellaneous general and special-purpose machinery

2.1.2 Place of performance

Postal address : Ørsteds Plads
Town : Kgs. Lyngby
Postcode : 2800
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : The Technical University of Denmark Ørsteds Plads, Building 347 2800 Kgs. Lyngby Denmark

2.1.3 Value

Estimated value excluding VAT : 4 500 000 Danish krone

2.1.4 General information

Call for competition is terminated
Additional information : General information on participation in the tender procedure: Participation in the tender can only be done electronically via the contracting authority's electronic tender system. In order to access the tender documents, the tenderer must be registered or register as a user. If the tender contains several editions (versions) of the same document, the latest uploaded version will be the valid one. All communication in connection with the tender procedure, including questions and answers, must be done via the electronic tender system. Questions must be submitted so that they are received in time for the contracting authority to obtain the necessary information and provide the answers no later than six days before the expiry of the tender deadline. Questions received later than six days before the expiry of the deadline cannot be expected to be answered, unless the deadline is simultaneously postponed. Interested parties are asked to stay informed via the electronic tender system. If the applicant experiences problems with the system, support can be contacted by email, dksupport@eu-supply.com , or by phone, (+45) 70 20 80 14. The tenderer must submit an ESPD as preliminary evidence of the matters mentioned in Section 148(1) and Section 137(1), No. 1 and No. 2 of the Danish Public Procurement Act. It is not necessary for the tenderer to sign his ESPD document. In the case of an association of undertakings (e.g. a consortium), a separate ESPD must be submitted for each of the participating economic operators. If the tenderer is an association of undertakings, each participant's ESPD document must, however, be signed by the participant in question. It is not necessary for the lead tenderer submitting the tender to sign his ESPD document. If the tenderer relies on the capabilities of other entities, an ESPD must be submitted for each of the entities on which it relies, and the ESPD document must be signed by the supporting entity. Before the award decision, the tenderer to whom the contracting authority intends to award the contract must provide documentation of the information provided in the ESPD in accordance with Sections 151-152 of the Public Procurement Act, cf. Section 153. As an alternative to the documentation referred to in Sections 153-155, 157 and 158 of the Public Procurement Act, the tenderer may provide the contracting authority with a certificate of inclusion on an official list of approved economic operators, cf. Section 156, issued by the competent authority. The contracting authority may only accept certificates of inclusion on an official list from tenderers established in the country which maintains the official list. The tenderer must also submit a statement of support in which the entity(ies) on which the tenderer relies declares to be jointly and severally liable with the tenderer if the latter is awarded the contract. The template appears as an annex to the tender specifications. Language: All correspondence regarding the tender must be in English. Tenders must be submitted in English. The final contract will be concluded in English. Estimated value of the contract: It is noted that the amount constitutes an estimate of the expected contract sum for the full term of the contract. The contracting authority may use the procedure in Section 159(5) of the Public Procurement Act if the tender does not meet the formal requirements of the tender documents. Attention is drawn to the fact that the tender is covered by Article 5k of Regulation (EU) No. 833/2014, as amended. The provision contains a prohibition against awarding contracts to Russian companies and Russian-controlled companies, etc. (see Article 5k, paragraph 1, for the precise definition of the actors covered by the ban). The contracting authority reserves the right to require documentation at any time during the tender process that the economic operators are not covered by the ban, e.g. by requiring a declaration to this effect and/or documentation of the place of establishment and ownership of the actors and their possible subcontractors.
Legal basis :
Directive 2014/24/EU
The Public Procurement Act - The tender is covered by the Public Procurement Act (Act No. 1564 of 15 December 2015, as amended), which implements the Public Procurement Directive (Directive 2014/24/EU).

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Two-photon polymerization printer
Description : DTU Nanolab is looking for a two-photon polymerization (2PP) printer, which will be used in an open access multi-user facility for applications including, but not limited to: photonic wire bonding, biomedical applications (e.g. microneedles, cell scaffolds), microoptics, and microrobotics. The 2PP printer should be versatile, accomodating the needs of a multi-user facility. Additionally, the 2PP printer should be user-friendly, as it will be used by different types of people, such as researchers, industrial customers, and students. For the same reason, we are looking for a system that can offer user support for both standard and R&D usage.
Internal identifier : 10252

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 24000000 Chemical products
Additional classification ( cpv ): 24900000 Fine and various chemical products
Additional classification ( cpv ): 24950000 Specialised chemical products
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30232000 Peripheral equipment
Additional classification ( cpv ): 30232100 Printers and plotters
Additional classification ( cpv ): 30232110 Laser printers
Additional classification ( cpv ): 31700000 Electronic, electromechanical and electrotechnical supplies
Additional classification ( cpv ): 31710000 Electronic equipment
Additional classification ( cpv ): 31712000 Microelectronic machinery and apparatus and microsystems
Additional classification ( cpv ): 31730000 Electrotechnical equipment
Additional classification ( cpv ): 31731000 Electrotechnical supplies
Additional classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 38600000 Optical instruments
Additional classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42900000 Miscellaneous general and special-purpose machinery

5.1.2 Place of performance

Postal address : Ørsteds Plads
Town : Kgs. Lyngby
Postcode : 2800
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : The Technical University of Denmark Ørsteds Plads, Building 347 2800 Kgs. Lyngby Denmark

5.1.3 Estimated duration

Duration : 1 Year

5.1.5 Value

Estimated value excluding VAT : 4 500 000 Danish krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : General information on participation in the tender procedure: Participation in the tender can only be done electronically via the contracting authority's electronic tender system. In order to access the tender documents, the tenderer must be registered or register as a user. If the tender contains several editions (versions) of the same document, the latest uploaded version will be the valid one. All communication in connection with the tender procedure, including questions and answers, must be done via the electronic tender system. Questions must be submitted so that they are received in time for the contracting authority to obtain the necessary information and provide the answers no later than six days before the expiry of the tender deadline. Questions received later than six days before the expiry of the deadline cannot be expected to be answered, unless the deadline is simultaneously postponed. Interested parties are asked to stay informed via the electronic tender system. If the applicant experiences problems with the system, support can be contacted by email, dksupport@eu-supply.com , or by phone, (+45) 70 20 80 14. The tenderer must submit an ESPD as preliminary evidence of the matters mentioned in Section 148(1) and Section 137(1), No. 1 and No. 2 of the Danish Public Procurement Act. It is not necessary for the tenderer to sign his ESPD document. In the case of an association of undertakings (e.g. a consortium), a separate ESPD must be submitted for each of the participating economic operators. If the tenderer is an association of undertakings, each participant's ESPD document must, however, be signed by the participant in question. It is not necessary for the lead tenderer submitting the tender to sign his ESPD document. If the tenderer relies on the capabilities of other entities, an ESPD must be submitted for each of the entities on which it relies, and the ESPD document must be signed by the supporting entity. Before the award decision, the tenderer to whom the contracting authority intends to award the contract must provide documentation of the information provided in the ESPD in accordance with Sections 151-152 of the Public Procurement Act, cf. Section 153. As an alternative to the documentation referred to in Sections 153-155, 157 and 158 of the Public Procurement Act, the tenderer may provide the contracting authority with a certificate of inclusion on an official list of approved economic operators, cf. Section 156, issued by the competent authority. The contracting authority may only accept certificates of inclusion on an official list from tenderers established in the country which maintains the official list. The tenderer must also submit a statement of support in which the entity(ies) on which the tenderer relies declares to be jointly and severally liable with the tenderer if the latter is awarded the contract. The template appears as an annex to the tender specifications. Language: All correspondence regarding the tender must be in English. Tenders must be submitted in English. The final contract will be concluded in English. Estimated value of the contract: It is noted that the amount constitutes an estimate of the expected contract sum for the full term of the contract. The contracting authority may use the procedure in Section 159(5) of the Public Procurement Act if the tender does not meet the formal requirements of the tender documents. Attention is drawn to the fact that the tender is covered by Article 5k of Regulation (EU) No. 833/2014, as amended. The provision contains a prohibition against awarding contracts to Russian companies and Russian-controlled companies, etc. (see Article 5k, paragraph 1, for the precise definition of the actors covered by the ban). The contracting authority reserves the right to require documentation at any time during the tender process that the economic operators are not covered by the ban, e.g. by requiring a declaration to this effect and/or documentation of the place of establishment and ownership of the actors and their possible subcontractors.

5.1.7 Strategic procurement

Green Procurement Criteria : Other Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The price to be evaluated is the “Total Agreement Value” in Appendix 2 - Prices. DTU uses a linear point scale model to evaluate the tenders prices. The linear model implies that the offered prices is converted into points. The offered prices are awarded points on a scale from 0-10. Thus, lowest price is awarded maximum points 10, while prices that are 100% or more expensive / higher than the lowest price are awarded 0 points. Other prices in between are awarded points according to the formula for linear interpolation. If more than one of the tenders is awarded 0 points, the threshold for 0 points is adjusted upwards by 5 percentage points until only one tenderer is awarded 0 points. However, the threshold for 0 points will not be adjusted to higher than 200 %. If all tenders deviate by less than 10 % from the lowest price, the threshold for 0 points changes by 5 percentage points in the downward direction until a minimum of 1 tender is below 9 points. However, the threshold for 0 points will not be adjusted to less than 50 %.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality and functionality
Description : DTU will assess if the tender fulfils the specified evaluation requirements to sub-criterion Quality and functionality based on the Tenderer’s fulfillment of the evaluation requirements listed in Appendix 1 – Requirement Specification. Based on the assessment of fulfilments, points are awarded on a scale of 0-10.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

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 : Klagenævnet for Udbud
Information about review deadlines : Complaint regarding award of contract: Complaint regarding the award of a contract must be submitted no later than 45 calendar days from the date after the Contracting Authority has published a notice in the European Union Official Journal informing that the Contracting Authority has awarded/concluded a contract, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, Section 2, no. 1.
Organisation providing additional information about the procurement procedure : Danmarks Tekniske Universitet - DTU
Organisation providing offline access to the procurement documents : Danmarks Tekniske Universitet - DTU
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation whose budget is used to pay for the contract : Danmarks Tekniske Universitet - DTU
Organisation executing the payment : Danmarks Tekniske Universitet - DTU
Organisation signing the contract : Danmarks Tekniske Universitet - DTU

6. Results

Value of all contracts awarded in this notice : 549 990 Euro

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Nanoscribe GmbH & Co. KG
Tender :
Tender identifier : Two-photon polymerization printer - Nanoscribe GmbH & Co. KG
Identifier of lot or group of lots : LOT-0000
Value of the tender : 549 990 Euro
The tender was ranked : no
The tender is a variant : no
Subcontracting : Not yet known
Contract information :
Identifier of the contract : Two-photon polymerization printer - Nanoscribe GmbH & Co. KG
Date on which the winner was chosen : 02/10/2025
Date of the conclusion of the contract : 17/10/2025
Organisation signing the contract : Danmarks Tekniske Universitet - DTU

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2
Range of tenders :
Value of the lowest admissible tender : 549 990 Euro
Value of the highest admissible tender : 549 990 Euro

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
Telephone : +45 45252525
Internet address : https://www.dtu.dk
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation signing the contract
Organisation whose budget is used to pay for the contract
Organisation executing the payment

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
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
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 : Nanoscribe GmbH & Co. KG
Size of the economic operator : Micro, small, or medium
Registration number : VAT-ID No. DE 334 074 592
Postal address : Hermann-von-Helmholtz-Platz 6
Town : Eggenstein-Leopoldshafen
Postcode : 76344
Country subdivision (NUTS) : Baden-Baden, Stadtkreis ( DE121 )
Country : Germany
Telephone : +49 7219819800
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0005

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 6da9b3b9-bf8d-44f4-88ac-542c3f3fbf85 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 21/10/2025 06:48 +00:00
Notice dispatch date (eSender) : 21/10/2025 06:50 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00695382-2025
OJ S issue number : 203/2025
Publication date : 22/10/2025