1.
Buyer
1.1.
Buyer
Official name
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Legal type of the buyer
:
Body governed by public law, controlled by a central government authority
The buyer is a contracting entity
Activity of the contracting authority
:
Defence
2.
Procedure
2.1.
Procedure
Title
:
Chaff & Flares for the Royal Danish Air Force
Description
:
The purpose of this tender, has been to set up a number of framework agreements to supply the Royal Danish Air Force (RDAF) with Chaff and Flares cartridges. This will sustain the operations of flying platforms of the RDAF, namely the F-35 JSF, F-16 Fighting Falcon, C-130J cargo aircraft and EH101 Merlin and MH-60R Seahawk helicopters. The Framework Agreements are divided into the following 6 lots: 1. Standard MTV Flares 2. Spectral Infrared (IR) Flares 3. Aerodynamic (Kinematic) Flares 6. Chaff The following minimum requirements applies to the Chaff and Flares to be delivered under the Framework Agreements: - All Chaffs and Flares offered must comply with STANAG 4687 or equivalent standard - All Chaff and Flares offered must fit the ACMDS (Advanced Countermeasure Dispense System) and ALE 47 dispensing systems. Procurement via the Framework Agreements will be via light tender procedures within each lot. For a supplier on the specific lot of the Framework Agreement to qualify to be included in a light tender procedure, the supplier's Chaff or Flares on that lot must have been Operationally Approved by DALO and the RDAF for the flying platform that is being tendered with the light tendering procedure. In order for Chaff and Flares to be operationally approved for a specific platform, the following minimum requirement will apply: They shall have been tested at: - NATO trial series named EMBOW or at other similar trials such as the LOW RIDER, WELSH RIDER, or - trials supervised by DALO & RDAF, or - trials supervised by a third party within the NATO community The F-35 JSF is being implemented in the RDAF and chaffs and flares are at this point being procured via FMS (Foreign Military Sales). There is not a set time-frame for when procurement for the F-35 will start-up on this framework agreement. Conversely, the F-16 fighter will be phased out during this framework agreement, meaning that the procurement for this platform will lessen during this framework agreement. The Descriptions for each Lot, will indicate which platforms will be tendered for it.
Procedure identifier
:
75ee6564-ead2-445b-84a0-d766849ee9c0
Previous notice
:
ed07af2e-b23e-4cb3-88ca-b005c0fa68fe-01
Internal identifier
:
2022/003030
Type of procedure
:
Restricted
The procedure is accelerated
:
no
2.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
35000000
Security, fire-fighting, police and defence equipment
Additional classification
(
cpv
):
35600000
Military aircrafts, missiles and spacecrafts,
35610000
Military aircrafts,
35620000
Missiles,
35730000
Electronic warfare systems and counter measures
2.1.2.
Place of performance
Town
:
Vojens
Postcode
:
6500
Country subdivision (NUTS)
:
Sydjylland
(
DK032
)
Country
:
Denmark
2.1.3.
Value
Maximum value of the framework agreement
:
786 300 000,00
DKK
2.1.4.
General information
Additional information
:
The values set out as estimated (maximum) value and aproximate (expected) value for all framework agreements, are based on the values that the contract was announced with, and not on any tenderers offer.
Legal basis
:
Directive 2009/81/EC
Ministerial Order No. 1077 of 29 June 2022
-
The Ministerial Order, which also contains supplementary provisions, implements the Defence and Security Directive (Directive 2009/81/EC) in Danish law.
5.
Lot
5.1.
Lot
:
LOT-0001
Title
:
1 - Standard MTV Flares
Description
:
LOT 1: Standard Magnesium/Teflon/Vitron (MTV) flare. Purpose: to combat and divert heat-seeking missiles and training. Dispense system: ACMDS, ALE 47. Available: for fast jet, transport and rotary wing aircrafts aircraft. Platforms tendered: F-35 JSF, F-16, C130J, EH101, MH-60R.
Internal identifier
:
2022/003030(1)
5.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
35000000
Security, fire-fighting, police and defence equipment
Additional classification
(
cpv
):
35600000
Military aircrafts, missiles and spacecrafts,
35610000
Military aircrafts,
35620000
Missiles,
35730000
Electronic warfare systems and counter measures
5.1.2.
Place of performance
Town
:
Vojens
Postcode
:
6500
Country subdivision (NUTS)
:
Sydjylland
(
DK032
)
Country
:
Denmark
5.1.3.
Estimated duration
Duration
:
4
Years
5.1.4.
Renewal
Maximum renewals
:
1
Other information about renewals
:
The agreements ordinary duration is 4 years. The agreement can be renewed 1 time of 3 years.
5.1.6.
General information
Procurement Project not financed with EU Funds.
Information about previous notices:
Identifier of the previous notice
:
303461-2022
Additional information
:
The values set out in Statistical information, are the evaluation-technical price of the highest and lowest offer and thus does not reflect the final value of the contract, nor is DALO obliged to make purchases corresponding to that value.
5.1.10.
Award criteria
Criterion:
Type:
Price
Name
:
Price
Description
:
Available in the tender materials after pre-qualification.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
60,00
Criterion:
Type:
Quality
Name
:
Assortment
Description
:
Available in the tender materials after pre-qualification.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
40,00
5.1.15.
Techniques
Framework agreement
:
Framework agreement, with reopening of competition
Additional buyer coverage
:
The agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence, is entitled to use the agreement for procurement on the terms and conditions of the 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
:
Pursuant to section 7(2) of the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for filing a complaint apply: 1) Forty-five calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) Thirty calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 3) Six months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2), or section 171(4) of the Public Procurement Act. The complainant must inform the contracting entity of the complaint in writing not later than simultaneously with the lodging of the complaint to the Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, see section 3(1) or (2). In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1). The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.
Organisation providing additional information about the procurement procedure
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation providing offline access to the procurement documents
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
Organisation whose budget is used to pay for the contract
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation executing the payment
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation signing the contract
:
Danish Ministry of Defence Acquisition and Logistics Organisation
TED eSender
:
Mercell Holding ASA
5.1.
Lot
:
LOT-0002
Title
:
2 - Spectral Infrared (IR) Flares
Description
:
LOT 2: Spectral Infrared (IR) Flare. Dual IR spectral output. Purpose: to combat and divert heat-seeking missiles. Dispense system: ACMDS, ALE 47. Available: for fast jet, transport and rotary wing aircrafts aircraft. Platforms tendered: F-35 JSF, F-16, C130J, EH101, MH-60R.
Internal identifier
:
2022/003030(2)
5.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
35000000
Security, fire-fighting, police and defence equipment
Additional classification
(
cpv
):
35600000
Military aircrafts, missiles and spacecrafts,
35610000
Military aircrafts,
35620000
Missiles,
35730000
Electronic warfare systems and counter measures
5.1.2.
Place of performance
Town
:
Vojens
Postcode
:
6500
Country subdivision (NUTS)
:
Sydjylland
(
DK032
)
Country
:
Denmark
5.1.3.
Estimated duration
Duration
:
4
Years
5.1.4.
Renewal
Maximum renewals
:
1
Other information about renewals
:
The agreements ordinary duration is 4 years. The agreement can be renewed 1 time of 3 years.
5.1.5.
Value
Maximum value of the framework agreement
:
165 000 000,00
DKK
5.1.6.
General information
Procurement Project not financed with EU Funds.
Information about previous notices:
Identifier of the previous notice
:
303461-2022
5.1.10.
Award criteria
Criterion:
Type:
Price
Description
:
Available in the tender materials after pre-qualification.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
60,00
Criterion:
Type:
Quality
Name
:
Assortment
Description
:
Available in the tender materials after pre-qualification.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
40,00
5.1.15.
Techniques
Framework agreement
:
Framework agreement, with reopening of competition
Additional buyer coverage
:
The agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence, is entitled to use the agreement for procurement on the terms and conditions of the 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
:
Pursuant to section 7(2) of the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for filing a complaint apply: 1) Forty-five calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) Thirty calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 3) Six months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2), or section 171(4) of the Public Procurement Act. The complainant must inform the contracting entity of the complaint in writing not later than simultaneously with the lodging of the complaint to the Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, see section 3(1) or (2). In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1). The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.
Organisation providing additional information about the procurement procedure
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation providing offline access to the procurement documents
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
Organisation whose budget is used to pay for the contract
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation executing the payment
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation signing the contract
:
Danish Ministry of Defence Acquisition and Logistics Organisation
TED eSender
:
Mercell Holding ASA
5.1.
Lot
:
LOT-0003
Title
:
3 - Aerodynamics (Kinematic) Flares
Description
:
LOT 3: Aerodynamics (Kinematic) Flare. Special weighted flare body providing the flare body with an initial kinetic energy. Purpose: to combat and divert heat-seeking missiles. Dispense system: ACMDS, ALE 47. Available: for fast jet, transport and rotary wing aircrafts aircraft. Platforms tendered: F-35 JSF, C130J, EH101.
Internal identifier
:
2022/003030(3)
5.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
35000000
Security, fire-fighting, police and defence equipment
Additional classification
(
cpv
):
35600000
Military aircrafts, missiles and spacecrafts,
35610000
Military aircrafts,
35620000
Missiles,
35730000
Electronic warfare systems and counter measures
5.1.2.
Place of performance
Town
:
Vojens
Postcode
:
6500
Country subdivision (NUTS)
:
Sydjylland
(
DK032
)
Country
:
Denmark
5.1.3.
Estimated duration
Duration
:
4
Years
5.1.4.
Renewal
Maximum renewals
:
1
Other information about renewals
:
The agreements ordinary duration is 4 years. The agreement can be renewed 1 time of 3 years.
5.1.6.
General information
Procurement Project not financed with EU Funds.
Information about previous notices:
Identifier of the previous notice
:
303461-2022
Additional information
:
The values set out in Statistical information, are the evaluation-technical price of the highest and lowest offer and thus does not reflect the final value of the contract, nor is DALO obliged to make purchases corresponding to that value.
5.1.10.
Award criteria
Criterion:
Type:
Price
Name
:
Assortment
Description
:
Available in the tender materials after pre-qualification.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
60,00
Criterion:
Type:
Quality
Name
:
Assortment
Description
:
Available in the tender materials after pre-qualification.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
40,00
5.1.15.
Techniques
Framework agreement
:
Framework agreement, with reopening of competition
Additional buyer coverage
:
The agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence, is entitled to use the agreement for procurement on the terms and conditions of the 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
:
Pursuant to section 7(2) of the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for filing a complaint apply: 1) Forty-five calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) Thirty calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 3) Six months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2), or section 171(4) of the Public Procurement Act. The complainant must inform the contracting entity of the complaint in writing not later than simultaneously with the lodging of the complaint to the Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, see section 3(1) or (2). In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1). The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.
Organisation providing additional information about the procurement procedure
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation providing offline access to the procurement documents
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
Organisation whose budget is used to pay for the contract
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation executing the payment
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation signing the contract
:
Danish Ministry of Defence Acquisition and Logistics Organisation
TED eSender
:
Mercell Holding ASA
5.1.
Lot
:
LOT-0004
Title
:
4 - Propelled Flares
Description
:
LOT 4: Propelled Flare. Special flare body equipped with rocket-like device enabling a propelling of the flare body. Purpose: to combat and divert heat-seeking missiles. Dispense system: ACMDS, ALE 47. Available: for fast jet, transport and rotary wing aircrafts aircraft. Platforms tendered: F-35 JSF, F-16.
Internal identifier
:
2022/003030(4)
5.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
35000000
Security, fire-fighting, police and defence equipment
Additional classification
(
cpv
):
35600000
Military aircrafts, missiles and spacecrafts,
35610000
Military aircrafts,
35620000
Missiles,
35730000
Electronic warfare systems and counter measures
5.1.2.
Place of performance
Town
:
Vojens
Postcode
:
6500
Country subdivision (NUTS)
:
Sydjylland
(
DK032
)
Country
:
Denmark
5.1.3.
Estimated duration
Duration
:
4
Years
5.1.4.
Renewal
Maximum renewals
:
1
Other information about renewals
:
The agreements ordinary duration is 4 years. The agreement can be renewed 1 time of 3 years.
5.1.6.
General information
Procurement Project not financed with EU Funds.
Information about previous notices:
Identifier of the previous notice
:
303461-2022
Additional information
:
DALO has prepared a prequalification questionnaire (“PQQ”) which the candidates are encouraged to use when submitting their applications. The PQQ contains forms and templates for providing information etc. in accordance with the requirements in this Contract Notice. However, it is emphasised that it is the sole responsibility of the candidate that the information provided fulfils the requirements. The PQQ is available at the electronic procurement system. Please note that each candidate may only submit one request for participation for each lot. When submitting the offer (but not the request for participation/prequalification), the tenderer must submit a declaration stating that the tenderer (1) is not subject to any of the mandatory grounds for exclusion stated in Article 39(1) of the Defence and Security Directive and section 134 a of Act no. 1564 of 15 December 2015, as amended (the “Public Procurement Act”), and (2) to which degree the tenderer has unpaid overdue debt in relation to taxes or social security contributions under Danish law or under the law of the country in which the tenderer is established. A template for the declaration will be provided with the tender documents, which the tenderer may use. If the tenderer is composed of a group of entities (e.g. a consortium), including temporary joint ventures, a declaration must be submitted for each participating entity. Even if a candidate or a tenderer is subject to an exclusion ground, it will not be excluded if it has provided sufficient documentation that it is reliable. DALO will decide whether the documentation is sufficient. DALO’s assessment will be made according to the guidelines in section 138(1)-(4) of the Danish Act no. 1564 of 15 December 2015, as amended (the “Public Procurement Act”). No particular legal form is required. If the agreement is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liability and appoint one supplier to represent the group. Candidates are specifically made aware that if any single Light Tender Procedure exceeds the amount of 50 million DKK, it may be a condition precedent for being awarded that tender that the tenderer has entered into an Industrial Co-operation Contract with the Danish Business Authority (Erhvervsstyrelsen). The guidelines for industrial co-operation in Denmark are available at: https://danishbusinessauthority.dk/industrial-co-operation It is pointed out that this procedure is subject to Article 5k of Regulation (EU) no. 833/2014, as amended. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies etc. (reference is made to Article 5k, section 1 for the exact delimitation of the operators that are subject to the prohibition). DALO reserves the right at any time during the tender process to require candidates or tenderers to prove that they are not subject to the prohibition, for example by requiring documentation regarding the candidates’ or tenderers’ and any subcontractors’ place of establishment and ownership. According to the Defence and Security Directive, a candidate may rely on the economic and financial standing and/or technical and/or professional capacity of other entities, regardless of the legal nature of the links with the entities. If a candidate intends to rely on other entities and wants the capacity of such other entities to be taken into account when DALO assesses the suitability of the candidate, the candidate must prove that the other entities will and are obliged to provide the relevant resources at the disposal of the candidate. A template for a declaration from the supporting entity to this effect is included in the PQQ referred to above. Regarding CSR: As part of the request to participate, the candidate must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions. DALO reserves the right, at any time during the tender process, to let the candidate rectify a missing or inadequately completed self-declaration. DALO has uploaded a template (available in the electronic tender system) which must be used as a declaration. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the declaration must be provided separately for each of the participating entities. DALO reserves the right – but is not obliged – to use the remedies provided for in section 159(5) of the Danish Act no. 1564 of 15 December 2015, as amended, the Public Procurement Act, if requests to participate or offers do not fulfil the requirements of the tender documents. It should be noted that irrespective of the wording of the requirements of the tender documents to the effect that information, declarations and documentation must be submitted, e.g. concerning a description of the deliverables put up for tender, DALO is not prevented from obtaining additional information, etc., pursuant to the procedure in section 159(5), cf. section 159(6) of the Public Procurement Act. Any questions regarding the request to participate must be submitted through the electronic tender system. Questions will be anonymised, and the answers will be posted in the electronic tender system. Questions received within the deadline stated in the ‘Additional Information Deadline’ will be answered by DALO no later than 6 days before the deadline for request to participate. However, questions received later than the deadline will be answered unless the nature of the question makes it disproportionately onerous for DALO to answer six days before the deadline for request to participate. Answers to questions received later than 6 days before the deadline of the request to participate cannot be expected. The estimated value of the framework agreement is 8.100.000 DKK, and the maximum value of the framework agreement is 24.300.000 DKK. The reason for the difference between the stated values is the uncertainty regarding the final value of the framework agreement, see below. Hence, the estimated value constitutes DALO’s most qualified estimate of the value of the framework agreement at the present moment, while the maximum value constitutes the maximum value of purchases under the framework agreement in its duration. The uncertainty regarding the final value of the framework agreement is primarily caused by uncertainty regarding the operational needs of the Danish Defence through the duration of the framework agreement, including in particular uncertainty about specific deployments and mission areas, which is not possible to foresee for the entire span of the framework agreement. Thus, changes to the operational needs of the Danish Defence compared to the existing situation and needs may cause a significantly larger expenditure under the framework agreement than what is expected at the moment. Regarding Participation it is specified that DALO will select 6 candidates by applying the criteria stated in Selection Criteria 2, unless DALO receives no more than 6 suitable/compliant requests for participation.
5.1.10.
Award criteria
Criterion:
Type:
Price
Name
:
Price
Description
:
Available in the tender materials after pre-qualification.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
60,00
Criterion:
Type:
Quality
Name
:
Assortment
Description
:
Available in the tender materials after pre-qualification.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
40,00
5.1.15.
Techniques
Framework agreement
:
Framework agreement, with reopening of competition
Additional buyer coverage
:
The agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence, is entitled to use the agreement for procurement on the terms and conditions of the 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
:
Pursuant to section 7(2) of the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for filing a complaint apply: 1) Forty-five calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) Thirty calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 3) Six months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2), or section 171(4) of the Public Procurement Act. The complainant must inform the contracting entity of the complaint in writing not later than simultaneously with the lodging of the complaint to the Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, see section 3(1) or (2). In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1). The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.
Organisation providing additional information about the procurement procedure
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation providing offline access to the procurement documents
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
TED eSender
:
Mercell Holding ASA
5.1.
Lot
:
LOT-0005
Title
:
5 - Special Material Decoy (SMD) Flares
Description
:
LOT 5: Special Material Decoy (SMD) Flare Pyrophoric flare that reacts rapidly with oxygen. Purpose: to combat and divert heat-seeking missiles. Dispense system: ACMDS, ALE 47. Available: for fast jet, transport and rotary wing aircrafts aircraft Platforms tendered: F-35 JSF, MH-60R.
Internal identifier
:
2022/003030(5)
5.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
35000000
Security, fire-fighting, police and defence equipment
Additional classification
(
cpv
):
35600000
Military aircrafts, missiles and spacecrafts,
35610000
Military aircrafts,
35620000
Missiles,
35730000
Electronic warfare systems and counter measures
5.1.2.
Place of performance
Town
:
Vojens
Postcode
:
6500
Country subdivision (NUTS)
:
Sydjylland
(
DK032
)
Country
:
Denmark
5.1.3.
Estimated duration
Duration
:
4
Years
5.1.4.
Renewal
Maximum renewals
:
1
Other information about renewals
:
The agreements ordinary duration is 4 years. The agreement can be renewed 1 time of 3 years.
5.1.6.
General information
Procurement Project not financed with EU Funds.
Information about previous notices:
Identifier of the previous notice
:
303461-2022
5.1.10.
Award criteria
Criterion:
Type:
Price
Name
:
Price
Description
:
Available in the tender materials after pre-qualification.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
60,00
Criterion:
Type:
Quality
Name
:
Assortment
Description
:
Available in the tender materials after pre-qualification.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
40,00
5.1.15.
Techniques
Framework agreement
:
Framework agreement, with reopening of competition
Additional buyer coverage
:
The agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence, is entitled to use the agreement for procurement on the terms and conditions of the 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
:
Pursuant to section 7(2) of the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for filing a complaint apply: 1) Forty-five calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) Thirty calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 3) Six months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2), or section 171(4) of the Public Procurement Act. The complainant must inform the contracting entity of the complaint in writing not later than simultaneously with the lodging of the complaint to the Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, see section 3(1) or (2). In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1). The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.
Organisation providing additional information about the procurement procedure
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation providing offline access to the procurement documents
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
TED eSender
:
Mercell Holding ASA
5.1.
Lot
:
LOT-0006
Title
:
6 - Chaff
Description
:
LOT 6: Chaff. Radar guided missile countermeasure. Thin metallized glass fiber strings, cut in various length to produce a large radar cross section when dispensed, distracting the radar system. Dispense system: ACMDS, ALE 47. Available: for fast jet, transport and rotary wing aircrafts aircraft Platforms tendered: F-35 JSF, C130J, EH101, MH-60R.
Internal identifier
:
2022/003030(6)
5.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
35000000
Security, fire-fighting, police and defence equipment
Additional classification
(
cpv
):
35600000
Military aircrafts, missiles and spacecrafts,
35610000
Military aircrafts,
35620000
Missiles,
35730000
Electronic warfare systems and counter measures
5.1.2.
Place of performance
Town
:
Vojens
Postcode
:
6500
Country subdivision (NUTS)
:
Sydjylland
(
DK032
)
Country
:
Denmark
5.1.3.
Estimated duration
Duration
:
4
Years
5.1.4.
Renewal
Maximum renewals
:
1
Other information about renewals
:
The agreements ordinary duration is 4 years. The agreement can be renewed 1 time of 3 years.
5.1.6.
General information
Procurement Project not financed with EU Funds.
Information about previous notices:
Identifier of the previous notice
:
303461-2022
5.1.10.
Award criteria
Criterion:
Type:
Price
Name
:
Assortment
Description
:
Available in the tender materials after pre-qualification.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
60,00
Criterion:
Type:
Quality
Name
:
Assortment
Description
:
Available in the tender materials after pre-qualification.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
40,00
5.1.15.
Techniques
Framework agreement
:
Framework agreement, with reopening of competition
Additional buyer coverage
:
The agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence, is entitled to use the agreement for procurement on the terms and conditions of the 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
:
Pursuant to section 7(2) of the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for filing a complaint apply: 1) Forty-five calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) Thirty calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 3) Six months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2), or section 171(4) of the Public Procurement Act. The complainant must inform the contracting entity of the complaint in writing not later than simultaneously with the lodging of the complaint to the Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, see section 3(1) or (2). In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1). The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.
Organisation providing additional information about the procurement procedure
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation providing offline access to the procurement documents
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
Organisation whose budget is used to pay for the contract
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation executing the payment
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation signing the contract
:
Danish Ministry of Defence Acquisition and Logistics Organisation
TED eSender
:
Mercell Holding ASA
6.
Results
Maximum value of the framework agreements in this notice
:
654 000 000,00
DKK
Approximate value of the framework agreements
:
218 000 000,00
DKK
6.1.
Result lot ldentifier
:
LOT-0001
Winner selection status
:
At least one winner was chosen.
Framework agreement
:
Maximum value of the framework agreement
:
222 000 000,00
DKK
Re-estimated value of the framework agreement
:
74 000 000,00
DKK
6.1.2.
Information about winners
Winner
:
Official name
:
Blue Aerospace LLC
Tender
:
Tender identifier
:
1.1
Identifier of lot or group of lots
:
LOT-0001
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Subcontracting
:
Yes
Subcontracting value is known
:
no
Subcontracting percentage is known
:
yes
Percentage of subcontracting
:
100
Description
:
Tenderer is distributor for the subcontractor.
Contract information:
Identifier of the contract
:
4600008157
Title
:
Framework Agreement regarding Lot 1 - MTV Flares between DALO and Blue Aerospace LLC
Date on which the winner was chosen
:
26/03/2025
Date of the conclusion of the contract
:
28/04/2025
The contract is awarded within a framework agreement
:
no
Organisation signing the contract
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Winner
:
Official name
:
Chemring Countermeasures Limited
Tender
:
Tender identifier
:
1.2
Identifier of lot or group of lots
:
LOT-0001
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Subcontracting
:
No
Contract information:
Identifier of the contract
:
4600008156
Title
:
Framework Agreement regarding supply of Lot 1 - MTV Flares between DALO and Chemring Countermeasures Limited
Date on which the winner was chosen
:
26/03/2025
Date of the conclusion of the contract
:
24/04/2025
The contract is awarded within a framework agreement
:
no
Organisation signing the contract
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Winner
:
Official name
:
IMI Systems Ltd.
Tender
:
Tender identifier
:
1.3
Identifier of lot or group of lots
:
LOT-0001
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Contract information:
Identifier of the contract
:
4600001858
Title
:
Framework Agreement for supply of Lot 1 - MTV Flares between DALO and IMI Systems Ltd.
Date on which the winner was chosen
:
26/03/2025
Date of the conclusion of the contract
:
08/04/2025
The contract is awarded within a framework agreement
:
no
Organisation signing the contract
:
Danish Ministry of Defence Acquisition and Logistics Organisation
6.1.4.
Statistical information
:
Received tenders or requests to participate
:
Type of received submissions
:
Tenders
Number of tenders or requests to participate received
:
5
Type of received submissions
:
Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received
:
2
Type of received submissions
:
Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received
:
3
Type of received submissions
:
Tenders submitted electronically
Number of tenders or requests to participate received
:
5
Range of tenders
:
Value of the lowest admissible tender
:
9 941 782,00
DKK
Value of the highest admissible tender
:
39 890 091,00
DKK
6.1.
Result lot ldentifier
:
LOT-0002
Winner selection status
:
At least one winner was chosen.
Framework agreement
:
Maximum value of the framework agreement
:
165 000 000,00
DKK
Re-estimated value of the framework agreement
:
55 000 000,00
DKK
6.1.2.
Information about winners
Winner
:
Official name
:
Chemring Countermeasures Limited
Tender
:
Tender identifier
:
2.1
Identifier of lot or group of lots
:
LOT-0002
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Subcontracting
:
No
Contract information:
Identifier of the contract
:
4600008159
Title
:
Framework Agreement for supply of Lot 2 - Spectral Infrared (IR) Flares between DALO and Chemring Countermeasures Limited
Date on which the winner was chosen
:
26/03/2025
Date of the conclusion of the contract
:
24/04/2025
The contract is awarded within a framework agreement
:
no
Organisation signing the contract
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Winner
:
Official name
:
IMI Systems Ltd.
Tender
:
Tender identifier
:
2.2
Identifier of lot or group of lots
:
LOT-0002
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Subcontracting
:
No
Contract information:
Identifier of the contract
:
4600008160
Title
:
Framework Agreement for supply of Lot 2 - Spectral Infrared (IR) Flares between DALO and IMI Systems Ltd.
Date on which the winner was chosen
:
26/03/2025
Date of the conclusion of the contract
:
08/04/2025
The contract is awarded within a framework agreement
:
no
Organisation signing the contract
:
Danish Ministry of Defence Acquisition and Logistics Organisation
6.1.4.
Statistical information
:
Received tenders or requests to participate
:
Type of received submissions
:
Tenders
Number of tenders or requests to participate received
:
4
Type of received submissions
:
Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received
:
2
Type of received submissions
:
Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received
:
2
Type of received submissions
:
Tenders submitted electronically
Number of tenders or requests to participate received
:
4
Range of tenders
:
Value of the lowest admissible tender
:
24 884 899,00
DKK
Value of the highest admissible tender
:
30 359 731,00
DKK
6.1.
Result lot ldentifier
:
LOT-0003
Winner selection status
:
At least one winner was chosen.
Framework agreement
:
Maximum value of the framework agreement
:
90 000 000,00
DKK
Re-estimated value of the framework agreement
:
30 000 000,00
DKK
6.1.2.
Information about winners
Winner
:
Official name
:
Chemring Countermeasures Limited
Tender
:
Tender identifier
:
3.1
Identifier of lot or group of lots
:
LOT-0003
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Subcontracting
:
No
Contract information:
Identifier of the contract
:
4600008161
Title
:
Framework Agreement for supply of Lot 3 - Aerodynamic (Kinematic) Flares between DALO and Chemring Countermeasures Limited
Date on which the winner was chosen
:
26/03/2025
Date of the conclusion of the contract
:
24/04/2025
The contract is awarded within a framework agreement
:
no
Organisation signing the contract
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Winner
:
Official name
:
IMI Systems Ltd.
Tender
:
Tender identifier
:
3.2
Identifier of lot or group of lots
:
LOT-0003
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Subcontracting
:
No
Contract information:
Identifier of the contract
:
4600008162
Title
:
Framework Agreement for supply of Lot 3 - Aerodynamic (Kinematic) Flares between DALO and IMI Systems Ltd.
Date on which the winner was chosen
:
26/03/2025
Date of the conclusion of the contract
:
08/04/2025
The contract is awarded within a framework agreement
:
no
Organisation signing the contract
:
Danish Ministry of Defence Acquisition and Logistics Organisation
6.1.4.
Statistical information
:
Received tenders or requests to participate
:
Type of received submissions
:
Tenders
Number of tenders or requests to participate received
:
4
Type of received submissions
:
Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received
:
2
Type of received submissions
:
Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received
:
2
Type of received submissions
:
Tenders submitted electronically
Number of tenders or requests to participate received
:
4
Range of tenders
:
Value of the lowest admissible tender
:
5 595 625,00
DKK
Value of the highest admissible tender
:
12 388 567,00
DKK
6.1.
Result lot ldentifier
:
LOT-0004
Winner selection status
:
No winner was chosen and the competition is closed.
The reason why a winner was not chosen
:
No tenders, requests to participate or projects were received
6.1.4.
Statistical information
:
Received tenders or requests to participate
:
Type of received submissions
:
Tenders
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders submitted electronically
Number of tenders or requests to participate received
:
0
6.1.
Result lot ldentifier
:
LOT-0005
Winner selection status
:
No winner was chosen and the competition is closed.
The reason why a winner was not chosen
:
All tenders, requests to participate or projects were withdrawn or found inadmissible
6.1.4.
Statistical information
:
Received tenders or requests to participate
:
Type of received submissions
:
Requests to participate
Number of tenders or requests to participate received
:
1
Type of received submissions
:
Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received
:
1
Type of received submissions
:
Tenders submitted electronically
Number of tenders or requests to participate received
:
1
6.1.
Result lot ldentifier
:
LOT-0006
Winner selection status
:
At least one winner was chosen.
Framework agreement
:
Maximum value of the framework agreement
:
177 000 000,00
DKK
Re-estimated value of the framework agreement
:
59 000 000,00
DKK
6.1.2.
Information about winners
Winner
:
Official name
:
Chemring Countermeasures Limited
Tender
:
Tender identifier
:
6.1
Identifier of lot or group of lots
:
LOT-0006
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Subcontracting
:
No
Contract information:
Identifier of the contract
:
4600008163
Title
:
Framework Agreement for supply of Lot 6 - Chaff between DALO and Chemring Countermeasures Limited
Date on which the winner was chosen
:
26/03/2025
Date of the conclusion of the contract
:
24/04/2025
The contract is awarded within a framework agreement
:
no
Organisation signing the contract
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Winner
:
Official name
:
Blue Aerospace LLC
Tender
:
Tender identifier
:
6.2
Identifier of lot or group of lots
:
LOT-0006
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Subcontracting
:
Yes
Subcontracting value is known
:
no
Subcontracting percentage is known
:
yes
Percentage of subcontracting
:
100
Description
:
Tenderer is distributor for the subcontractor.
Contract information:
Identifier of the contract
:
4600008164
Title
:
Framework Agreement for supply of Lot 6 - Chaff between DALO and Blue Aerospace LLC
Date on which the winner was chosen
:
26/03/2025
Date of the conclusion of the contract
:
28/04/2025
The contract is awarded within a framework agreement
:
no
Organisation signing the contract
:
Danish Ministry of Defence Acquisition and Logistics Organisation
6.1.4.
Statistical information
:
Received tenders or requests to participate
:
Type of received submissions
:
Tenders
Number of tenders or requests to participate received
:
4
Type of received submissions
:
Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received
:
2
Type of received submissions
:
Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received
:
2
Type of received submissions
:
Tenders submitted electronically
Number of tenders or requests to participate received
:
4
Range of tenders
:
Value of the lowest admissible tender
:
22 420 561,00
DKK
Value of the highest admissible tender
:
48 284 456,00
DKK
8.
Organisations
8.1.
ORG-0001
Official name
:
Danish Ministry of Defence Acquisition and Logistics Organisation
Registration number
:
ORG-16-28-71-80
Postal address
:
Lautrupbjerg 1-5
Town
:
Ballerup
Postcode
:
2750
Country subdivision (NUTS)
:
Københavns omegn
(
DK012
)
Country
:
Denmark
Contact point
:
Kenneth Kalsgaard
Telephone
:
+45 72815880
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
:
ORG-37795526
Postal address
:
Toldboden 2
Town
:
Viborg
Postcode
:
8800
Country subdivision (NUTS)
:
Vestjylland
(
DK041
)
Country
:
Denmark
Contact point
:
Klagenævnet for Udbud
Telephone
:
+45 72405600
Roles of this organisation
:
Review organisation
8.1.
ORG-0003
Official name
:
Konkurrence- og Forbrugerstyrelsen
Registration number
:
ORG-10294819
Postal address
:
Carl Jacobsens Vej 35
Town
:
Valby
Postcode
:
2500
Country subdivision (NUTS)
:
Byen København
(
DK011
)
Country
:
Denmark
Contact point
:
Konkurrence- og Forbrugerstyrelsen
Telephone
:
+45 41715000
Roles of this organisation
:
Organisation providing more information on the review procedures
8.1.
ORG-0004
Official name
:
Blue Aerospace LLC
Registration number
:
EIN# 27-4313205
Town
:
Tamarac
Postcode
:
33321
Country
:
United States
Telephone
:
9547184404
Roles of this organisation
:
Tenderer
Winner of these lots
:
LOT-0001, LOT-0006
8.1.
ORG-0005
Official name
:
Chemring Countermeasures Limited
Registration number
:
00218229
Town
:
Wiltshire
Postcode
:
SP4 6AS
Country subdivision (NUTS)
:
Wiltshire CC
(
UKK15
)
Country
:
United Kingdom
Telephone
:
+44 1722 411611
Roles of this organisation
:
Tenderer
Winner of these lots
:
LOT-0001, LOT-0002, LOT-0003, LOT-0006
8.1.
ORG-0006
Official name
:
IMI Systems Ltd.
Registration number
:
515218436
Town
:
Ramat Hasharon
Postcode
:
4711001
Country
:
Israel
Telephone
:
+972-522-889648
Roles of this organisation
:
Tenderer
Winner of these lots
:
LOT-0001, LOT-0002, LOT-0003
8.1.
ORG-0007
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 information
Notice identifier/version
:
b6669328-d174-40a6-8ebb-df49aafbe604
-
01
Form type
:
Result
Notice type
:
Contract or concession award notice – standard regime
Notice subtype
:
31
Notice dispatch date
:
18/06/2025
08:22:20 (UTC) Western European Time, GMT
Notice dispatch date (eSender)
:
18/06/2025
08:40:04 (UTC) Western European Time, GMT
Languages in which this notice is officially available
:
English
Notice publication number
:
398606-2025
OJ S issue number
:
116/2025
Publication date
:
19/06/2025