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
:
Modular Datacenter Housing Facility at DTU Campus Risø
Description
:
i2, which is an IT-service unit at DTU needs a new datacenter housing facility at DTU campus Risø with server hosting as the primary purpose. The new facility is to be installed in the southwestern corner of the existing site for server modules. The datacenter facility must be of modular design. The modules could be of sizes based upon modified standard shipping containers, but this is not a requirement. Any of the modules can be stacked on top of each other if necessary. The modular design is expected to make the entire facility flexible and ensure swift expansion possibilities. Common to all modules is a building envelope designed for outdoor location. The choice of exterior materials must reflect that the site is close enough to the seashore to receive at least some level of sea breeze. The server modules must be built to ensure 24/7 operation and hence will require battery backup (UPS) and diesel generators to continue operations during power outages. All relevant parts of the facility must be cooled by a local cooling system that is also part of this tender. This can be integrated into the modules or be delivered as separate modules. Moreover, it must be possible to power the server modules and the cooling system by first batteries, then generators to ensure full operations during power outages. The generators must be cooled adequately while operating. The generators must generate the power to the system that cools it. If modules are stacked on top of each other, each level must be accessible through staircases, platforms, and/or ramps. All outer doors must be accessible for deliveries by pallet with a forklift, either by allowing them to drop equipment off inside or outside the door on a platform. If platforms are being used, there must be level-free access to the inside of the modules to allow pallet jacks and server lifts to enter. Staircases and/or guard rails must be able to be removed/opened if necessary. The modules are expected to be either actual steel containers or constructions with comparable properties. Notably, while the proposed Server Housing designs use the length and height of a standard 40-foot high-cube shipping container, all of them are wider than a regular container. The proposed designs are only provided for inspiration.
Procedure identifier
:
b902990c-e0fd-4c62-9a10-7cd9223514f1
Internal identifier
:
8827
Type of procedure
:
Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated
:
no
2.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
44000000
Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification
(
cpv
):
31000000
Electrical machinery, apparatus, equipment and consumables; lighting,
51000000
Installation services (except software)
2.1.2.
Place of performance
Country subdivision (NUTS)
:
Vest- og Sydsjælland
(
DK022
)
Country
:
Denmark
2.1.3.
Value
Estimated value excluding VAT
:
15 000 000,00
DKK
2.1.4.
General information
Legal basis
:
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion
:
European Single Procurement Document (ESPD)
5.
Lot
5.1.
Lot
:
LOT-0000
Title
:
Modular Datacenter Housing Facility at DTU Campus Risø
Description
:
i2, which is an IT-service unit at DTU needs a new datacenter housing facility at DTU campus Risø with server hosting as the primary purpose. The new facility is to be installed in the southwestern corner of the existing site for server modules. The datacenter facility must be of modular design. The modules could be of sizes based upon modified standard shipping containers, but this is not a requirement. Any of the modules can be stacked on top of each other if necessary. The modular design is expected to make the entire facility flexible and ensure swift expansion possibilities. Common to all modules is a building envelope designed for outdoor location. The choice of exterior materials must reflect that the site is close enough to the seashore to receive at least some level of sea breeze. The server modules must be built to ensure 24/7 operation and hence will require battery backup (UPS) and diesel generators to continue operations during power outages. All relevant parts of the facility must be cooled by a local cooling system that is also part of this tender. This can be integrated into the modules or be delivered as separate modules. Moreover, it must be possible to power the server modules and the cooling system by first batteries, then generators to ensure full operations during power outages. The generators must be cooled adequately while operating. The generators must generate the power to the system that cools it. If modules are stacked on top of each other, each level must be accessible through staircases, platforms, and/or ramps. All outer doors must be accessible for deliveries by pallet with a forklift, either by allowing them to drop equipment off inside or outside the door on a platform. If platforms are being used, there must be level-free access to the inside of the modules to allow pallet jacks and server lifts to enter. Staircases and/or guard rails must be able to be removed/opened if necessary. The modules are expected to be either actual steel containers or constructions with comparable properties. Notably, while the proposed Server Housing designs use the length and height of a standard 40-foot high-cube shipping container, all of them are wider than a regular container. The proposed designs are only provided for inspiration.
Internal identifier
:
8827
5.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
44000000
Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification
(
cpv
):
31000000
Electrical machinery, apparatus, equipment and consumables; lighting,
51000000
Installation services (except software)
Options
:
Description of the options
:
The installation of more Server Housing, at least doubling the initial delivery of 16 server racks. The optional expansion must include all necessary auxiliary systems to support the server housing with the same power, cooling and surveillance as the initial Server Housing. Alle necessary systems must be able to fit within the designated area. Busbar tap-off boxes, cf. Appendix 2.
5.1.2.
Place of performance
Country subdivision (NUTS)
:
Vest- og Sydsjælland
(
DK022
)
Country
:
Denmark
5.1.3.
Estimated duration
Other duration
:
Unknown
5.1.5.
Value
Estimated value excluding VAT
:
15 000 000,00
DKK
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
5.1.9.
Selection criteria
Sources of selection criteria
:
Notice
Criterion
:
Financial ratio
Description
:
For the last 3 audited financial years, as a minimum the Tenderer must on average have had a solvency ratio of 8 % or above (If the Tenderer cannot comply with the requirement, the Tenderer can rely on the capacities of other entities or establish a consortium). The economic operator declares that the actual values for the solvency ratio are as follows:
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion
:
References on specified deliveries
Description
:
As a minimum the Tenderer must provide 1 reference for comparable agreements. Comparable agreements mean agreements with a value of at least DKK 5.000.000 concerning the delivery of a Modular Datacenter or a comparable service. The agreement, to which the reference refers, must not be more than 10 years old. The date is calculated from the last signature on the agreement referred to. The Candidate/Tenderer should give the following information for each reference: - Name of the contracting party - Time of execution, including if the task has been completed - Short description of the delivery and comparability to this procurement - Contract value The Candidate/Tenderer can attach references for comparable contracts in a separate document. Each reference should be maximum 2 A4-pages. If the Candidate/Tenderer attaches more than 1 references, DTU will only consider the first reference (from top to bottom). If the Candidate/Tenderer is unable to fulfil the requirements, the Candidate/Tenderer may enter into or form a consortium or rely on the capacities of other entities During the reference period, the economic operator has delivered the following principal deliveries of the type specified:
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure
:
Minimum number of candidates to be invited for the second stage of the procedure
:
3
Maximum number of candidates to be invited for the second stage of the procedure
:
3
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations
5.1.10.
Award criteria
Criterion
:
Type:
Price
Name
:
Price
Description
:
The sub-criteria 'Price' is based on a TCO-calculation.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
75,00
Criterion
:
Type:
Quality
Name
:
Quality
Description
:
The sub-criteria 'Quality' is based on the fulfillment of each individual evaluation requirement which all is weighted equally.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
25,00
5.1.11.
Procurement documents
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 requests to participate
:
24/11/2025
11:00:00 (UTC+00:00) Western European Time, GMT
Terms of contract
:
The execution of the contract must be performed within the framework of sheltered employment programmes
:
Not yet known
Electronic invoicing
:
Required
Electronic ordering will be used
:
yes
Electronic payment will be used
:
yes
5.1.15.
Techniques
Framework agreement
:
No framework agreement
Information about the dynamic purchasing system
:
No dynamic purchase system
Electronic auction
:
no
5.1.16.
Further information, mediation and review
Review organisation
:
Klagenævnet for Udbud
Information about review deadlines
:
Complaint regarding prequalification: Complaint regarding prequalification must be submitted no later than 20 calendar days after notification has been sent to the concerned Candidates informing them who has been selected, if the notification includes the grounds for the decision, cf. lov om Klagenævnet for Udbud (Complaints Board for Tenders) § 7, Section 1. 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 more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
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
:
David Fajnzylber
Telephone
:
+45 93596840
Roles of this organisation
:
Buyer
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
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
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
Roles of this organisation
:
TED eSender
Notice identifier/version
:
154b9875-b5ca-4a96-984a-278b01fd0262
-
01
Form type
:
Competition
Notice type
:
Contract or concession notice – standard regime
Notice subtype
:
16
Notice dispatch date
:
22/10/2025
11:37:44 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)
:
22/10/2025
12:00:59 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially available
:
English
Notice publication number
:
698522-2025
OJ S issue number
:
204/2025
Publication date
:
23/10/2025