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
spriocdháta:
MFómh. 16, 2025, 9:59 i.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Two-photon polymerization printer
clárlann:
Danmarks Tekniske Universitet - DTU
uimhir dámhachtana:
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
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

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).

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
Child labour and including other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Breaching of obligations set under purely national exclusion grounds : The economic operator is established in a country that is included in the EU list of non-cooperative tax jurisdictions and has not acceded to the GPA or other trade agreements, cf. Section 134 a of the Danish Public Procurement Act.
Breaching obligation relating to payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Breaching obligation relating to payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Arrangement with creditors : Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator : Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.

5. Lot

5.1 Lot 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

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : General information on participation in the tender procedure: Participation in the tender can only be done electronically via the contracting authority's electronic tender system. In order to access the tender documents, the tenderer must be registered or register as a user. If the tender contains several editions (versions) of the same document, the latest uploaded version will be the valid one. All communication in connection with the tender procedure, including questions and answers, must be done via the electronic tender system. Questions must be submitted so that they are received in time for the contracting authority to obtain the necessary information and provide the answers no later than six days before the expiry of the tender deadline. Questions received later than six days before the expiry of the deadline cannot be expected to be answered, unless the deadline is simultaneously postponed. Interested parties are asked to stay informed via the electronic tender system. If the applicant experiences problems with the system, support can be contacted by email, dksupport@eu-supply.com , or by phone, (+45) 70 20 80 14. The tenderer must submit an ESPD as preliminary evidence of the matters mentioned in 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified deliveries
Description : Technical and professional ability: References - minimum requirements. As a minimum the Tenderer must provide 3 references for comparable agreements. Comparable agreements mean agreements concerning completed delivery of a two-photon polymerization printer or a comparable service. The agreement, to which the reference refers, must not be more than 3 years old. The date is calculated from the last signature on the agreement referred to. The tenderer must submit an ESPD with a list of the 3 references for comparable deliveries that the tenderer has delivered within the last 3 years before the tender deadline. The tenderer may attach the references in a separate document. Each reference should not exceed 4 A4 pages. The Tenderer should specify the following for each reference: - Agreement party - Agreement value - Date of conclusion of the agreement - Brief description of the instrument supplied, including whether and, if so, to what extent the supply is comparable to the tendered one, particularly in terms of complexity. The tenderer should be aware that the description is included in the assessment of whether the minimum requirement for professional and technical ability has been met.

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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 16/09/2025 21:59 +00:00
Deadline until which the tender must remain valid : 6 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The contract incorporates the consideration of social responsibility, as formulated in the conventions that form the basis of the principles of the UN Global Compact, to a relevant extent. The contract also requires compliance with personal data legislation, currently in particular Regulation (EU) 2016/679 of the European Parliament and of the Council of 27 April 2016 (the General Data Protection Regulation) and supplementary Danish legislation thereto, including Act No. 502 of 23 May 2018 (the Data Protection Act).
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Legal form that must be taken by a group of tenderers that is awarded a contract : If the contract is awarded to a group of companies (e.g. a consortium), the participants in the group must assume joint and several liability and appoint a joint representative.

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 receiving requests to participate : Danmarks Tekniske Universitet - DTU
Organisation processing tenders : Danmarks Tekniske Universitet - DTU

8. Organisations

8.1 ORG-0001

Official name : Danmarks Tekniske Universitet - DTU
Registration number : 30060946
Postal address : Anker Engelunds Vej 1
Town : Kgs. Lyngby
Postcode : 2800
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : Katrine Freiesleben Petersen
Telephone : +45 45252525
Internet address : https://www.dtu.dk
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
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 : 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 : 87ddfb12-0539-411e-a0a1-04a8c7eb274a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/08/2025 07:36 +00:00
Notice dispatch date (eSender) : 15/08/2025 08:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00540103-2025
OJ S issue number : 157/2025
Publication date : 19/08/2025