23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
Offentliggjort
24.06.2025
Udbudstype
Andre

Udbyder

Danish Ministry of Defence Acquisition and Logistics Organisation

Dynamic Purchasing System for Unmanned Aerial Systems


Danish Ministry of Defence Acquisition and Logistics Organisation

403428-2025 - Competition
Denmark – Unmanned aerial vehicles – Dynamic Purchasing System for Unmanned Aerial Systems
OJ S 118/2025 24/06/2025
Contract or concession notice – standard regime
Supplies - Services
1. Buyer
1.1.
Buyer
Official name Danish Ministry of Defence Acquisition and Logistics Organisation
Email 00515948@mil.dk
Legal type of the buyer Central government authority
Activity of the contracting authority Defence
1.1.
Buyer
Official name Danish National Police
Legal type of the buyer Central government authority
Activity of the contracting authority Public order and safety
2. Procedure
2.1.
Procedure
Title Dynamic Purchasing System for Unmanned Aerial Systems
Description This Dynamic Purchasing System (DPS) is established by DALO and the National Danish Police for the acquisition of Unmanned Aerial Systems (UAS). DALO and the National Danish Police have determined that a DPS can be established under the scope of directive 2009/81/EC (hereafter the Defence and Security Directive), as the establishment of the DPS is carried out as a restricted procedure according to the rules of Defence and Security Directive. Due to platform-technical limitations, this contract notice incorrectly states that the legal basis for this DPS is Directive 2014/24/EU. As the legal basis is deemed to be the Defence and Security Directive, DALO and the Danish National Police seek to purchase unmanned aerial systems which fall under the scope of said directive. Thus, the object of the DPS is military UAS. A UAS is a system that includes an unmanned aerial vehicle (UAV), a control station, datalinks, payload, and accessories. The DPS is divided into two categories: UAS contracts approximately over 410 thousand EUR, and UAS contracts approximately under 410 thousand EUR. The categories are based on the value of the contracts. While The DPS categories are fixed during the duration of the DPS, divergence can occur in terms of the actual value of the contracts under the categories. DALO and the Danish National Police will approximate the value of the contracts and choose what category the tender shall be placed under based on the approximation. The request for participation shall state which categories the applicant wishes to apply for. Applicants can choose to apply for both categories. UAS contracts under both categories can contain requirements for different types of unmanned aerial vehicles such as e.g. fixed-wing, multi-copter or hybrids. UAS contracts within both categories can feature a service agreement and accessories, which could be e.g.: • sensors • computer equipment • software • antenna • ground control stations • wires and cables • batteries • chargers • tether-solutions • storage equipment The UAS contracts can also feature options for additional deliveries. In compliance with recital 18 of the Defence and Security Directive, DALO and the Danish National Police reserve the right to deny applicants that are third-country economic operators admission to the DPS.
Procedure identifier 62188f66-f314-446b-b44f-76766d4788b1
Internal identifier 2025/014327
Type of procedure Other multiple stage procedure
Main features of the procedure Please note that each candidate/applicant may only submit one request for participation. 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. When submitting an offer under the DPS (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”). 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.
2.1.1.
Purpose
Main nature of the contract Supplies
Additional nature of the contract Services
Main classification   ( cpv ):  35613000   Unmanned aerial vehicles
Additional classification   ( cpv ):  35330000   Ammunition, 35613100   Unmanned combat aerial vehicles, 35700000   Military electronic systems, 35720000   Intelligence, surveillance, target acquisition and reconnaissance
2.1.2.
Place of performance
Country subdivision (NUTS) Københavns omegn   ( DK012 )
Country Denmark
Additional information The contracts under the DPS can contain different delivery terms.
2.1.3.
Value
Estimated value excluding VAT 24 000 000,00   EUR
2.1.4.
General information
Additional information In accordance with section 134a of the Danish Public Procurement Act the contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer is established in a country that is included in the EU list of non-cooperative jurisdictions for tax purposes and has not acceded to the WTO Government Procurement Agreement or other trade agreements committing Denmark to open the public procurement market to tenderers established in that country. However, for reasons of overriding public interest, the contracting entity may refrain from excluding a candidate or tenderer that is subject to the ground for exclusion.
Legal basis
Directive 2014/24/EU
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.
2.1.5.
Terms of procurement
Terms of submission
Maximum number of lots for which one tenderer can submit tenders 2
Terms of contract
Maximum number of lots for which contracts can be awarded to one tenderer 2
2.1.6.
Grounds for exclusion
Corruption See Article 39(1)(b) of the Defense and Security Directive.
Participation in a criminal organisation See Article 39(1)(a) of the Defense and Security Directive.
Money laundering or terrorist financing See Article 39(1)(e) of the Defense and Security Directive.
Fraud See Article 39(1)(c) of the Defense and Security Directive.
Payment of social security contributions DALO will exclude a tenderer which has unpaid overdue debt of DKK 100,000 or more to public authorities in relation to social security contributions under Danish law or under the law of the country in which the tenderer is established, unless the tenderer has provided or will provide collateral for the overdue debt or has entered into an instalment agreement which has not been breached.
Payment of taxes DALO will exclude a tenderer which has unpaid overdue debt of DKK 100,000 or more to public authorities in relation to taxes under Danish law or under the law of the country in which the tenderer is established, unless the tenderer has provided or will provide collateral for the overdue debt or has entered into an instalment agreement which has not been breached.
Terrorist offences or offences linked to terrorist activities See Article 39(1)(d) of the Defense and Security Directive.
5. Lot
5.1.
Lot LOT-0001
Title UAS contracts approximately over 410 thousand EUR
Description Category 1- UAS contracts approximately over 410 thousand EUR. UAS contracts under this category can contain different unmanned aerial vehicles such as e.g. fixed-wing, multi-copter or hybrids. Contracts within this category can also feature a service agreement and accessories , which could be e.g.: • sensors • computer equipment • software • antenna • ground control stations • wires and cables • batteries • chargers • tether-solutions • storage equipment The contracts can also feature options for addtional deliveries. The contracts under this category will be greater in terms of financial value.
5.1.1.
Purpose
Main nature of the contract Supplies
Additional nature of the contract Services
Main classification   ( cpv ):  35613000   Unmanned aerial vehicles
Additional classification   ( cpv ):  35613100   Unmanned combat aerial vehicles, 35720000   Intelligence, surveillance, target acquisition and reconnaissance
Options
Description of the options The contracts under the DPS can contain options for additional deliveries.
5.1.2.
Place of performance
Country subdivision (NUTS) Københavns omegn  ( DK012 )
Country Denmark
Additional information Delivery terms for the contracts under the DPS can differ.
5.1.3.
Estimated duration
Start date 05/08/2025
Duration end date 31/12/2031
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) no
5.1.9.
Selection criteria
Criterion
Type Economic and financial standing
Use of this criterion Not used

Criterion
Type Suitability to pursue the professional activity
Use of this criterion Not used

Criterion
Type Technical and professional ability
Use of this criterion Not used
5.1.10.
Award criteria
Justification for not indicating the weighting of the award criteria The award criterion is "the most economically advantageous tender". The criteria representing the most economically advantageous tender as well as their weighting will be described in the tender documents. The evaluation model for determining the most economically advantageous tender is based on the commission-model, which requires an offer to meet a threshold of 50 points for quality in order to continue to the second (final) stage of the evaluation. In the final stage of the evaluation, a price per quality point is determined for each tender, which allows DALO to identify the most economically advantageous tender. This model will be described in detail in the tender documents.
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
Deadline for receipt of requests to participate 31/12/2031   22:00:00 (UTC) Western European Time, GMT
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmes No
Electronic invoicing Required
Electronic ordering will be used no
Electronic payment will be used yes
5.1.15.
Techniques
Framework agreement
No framework agreement
Information about the dynamic purchasing system
Dynamic purchasing system, only usable by buyers listed in this notice
Electronic auction no
5.1.16.
Further information, mediation and review
Review organisation Klagenævnet for Udbud
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
TED eSender Mercell Holding ASA
5.1.
Lot LOT-0002
Title UAS contracts approximately under 410 thousand EUR
Description Category 2 - UAS contracts approximately under 410 thousand EUR This category can contain different UAS such as fixed-wing or multi-copter. Contracts under this category can also feature a service agreement and accessories to the UAS such as e.g.: • sensors • computer equipment • software • antenna • ground control stations • wires and cables • batteries • chargers • tether-solutions • storage equipment However, the scope of the contract will be limited in terms of financial value.
5.1.1.
Purpose
Main nature of the contract Supplies
Additional nature of the contract Services
Main classification   ( cpv ):  35000000   Security, fire-fighting, police and defence equipment
Options
Description of the options The contracts under the DPS can contain options for addtional deliveries.
5.1.2.
Place of performance
Country subdivision (NUTS) Byen København  ( DK011 )
Country Denmark
Additional information Contracts under this DPS can have different delivery terms.
5.1.3.
Estimated duration
Start date 05/08/2025
Duration end date 31/12/2031
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) no
5.1.9.
Selection criteria
Criterion
Type Economic and financial standing
Use of this criterion Not used

Criterion
Type Suitability to pursue the professional activity
Use of this criterion Not used

Criterion
Type Suitability to pursue the professional activity
Use of this criterion Not used

Criterion
Type Suitability to pursue the professional activity
Use of this criterion Not used

Criterion
Type Technical and professional ability
Use of this criterion Not used
5.1.10.
Award criteria
Criterion
TypePrice
Description Lowest price.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 100,00
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
Deadline for receipt of requests to participate 31/12/2031   22:00:00 (UTC) Western European Time, GMT
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmes No
Electronic invoicing Required
Electronic ordering will be used no
Electronic payment will be used yes
5.1.15.
Techniques
Framework agreement
No framework agreement
Information about the dynamic purchasing system
Dynamic purchasing system, only usable by buyers listed in this notice
Electronic auction no
5.1.16.
Further information, mediation and review
Review organisation Klagenævnet for Udbud
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
TED eSender Mercell Holding ASA
8. Organisations
8.1.
ORG-0001
Official name Danish Ministry of Defence Acquisition and Logistics Organisation
Registration number 16-28-71-80
Postal address Lautrupbjerg 1-5
Town Ballerup
Postcode 2750
Country subdivision (NUTS) Københavns omegn  ( DK012 )
Country Denmark
Contact point Rita Andrawes
Email 00515948@mil.dk
Telephone +4529387026
Internet address https://www.fmi.dk
Roles of this organisation
Buyer
Group leader
8.1.
ORG-0002
Official name Klagenævnet for Udbud
Registration number 37795526
Postal address Toldboden 2
Town Viborg
Postcode 8800
Country subdivision (NUTS) Vestjylland  ( DK041 )
Country Denmark
Contact point Klagenævnet for Udbud
Telephone +45 72405600
Information exchange endpoint (URL) https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
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
Contact point Konkurrence- og Forbrugerstyrelsen
Email kfst@kfst.dk
Telephone +45 41715000
Information exchange endpoint (URL) https://www.kfst.dk
Roles of this organisation
Organisation providing more information on the review procedures
8.1.
ORG-0004
Official name Danish National Police
Registration number 17143611
Postal address Polititorvet 14
Town Copenhagen V
Postcode 1780
Country subdivision (NUTS) Byen København  ( DK011 )
Country Denmark
Contact point Rita Andrawes
Telephone 29387026
Roles of this organisation
Buyer
8.1.
ORG-0005
Official name Mercell Holding ASA
Registration number 980921565
Postal address Askekroken 11
Town Oslo
Postcode 0277
Country subdivision (NUTS) Oslo  ( NO081 )
Country Norway
Contact point eSender
Telephone +47 21018800
Fax +47 21018801
Internet address http://mercell.com/
Roles of this organisation
TED eSender
Notice information
Notice identifier/version 7770c766-ed86-4c61-9d66-bdc74681938c   -   01
Form type Competition
Notice type Contract or concession notice – standard regime
Notice subtype 16
Notice dispatch date 20/06/2025   10:56:18 (UTC) Western European Time, GMT
Notice dispatch date (eSender) 20/06/2025   10:57:25 (UTC) Western European Time, GMT
Languages in which this notice is officially available English
Notice publication number 403428-2025
OJ S issue number 118/2025
Publication date 24/06/2025
Annonce Annonce
BREAKING
{{ article.headline }}
0.031|instance-web01