Advertising Tender CPH

This tender offers an 10 year contract on rights and obligations to operate the advertising sales in Copenhagen Airport. The contract covers a vast number of medias which is highly visible througout the whole airport. Copenhagen Airport is currently expanding its terminal buildings due to growth in traffic. This expansion …

CPV: 79340000 Рекламни и маркетингови услуги, 79341000 Рекламни услуги, 79341100 Услуги по планиране, създаване и разполагане на рекламата, 79341200 Услуги по управление на рекламата, 79341500 Услуги за реклама по въздуха
Краен срок:
Септ. 15, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
Advertising Tender CPH
Издаващ орган:
Københavns Lufthavne A/S
Номер на наградата:
1100-07755

1. Buyer

1.1 Buyer

Official name : Københavns Lufthavne A/S
Legal type of the buyer : Public undertaking
The buyer is a contracting entity
Activity of the contracting entity : Airport-related activities

2. Procedure

2.1 Procedure

Title : Advertising Tender CPH
Description : This tender offers an 10 year contract on rights and obligations to operate the advertising sales in Copenhagen Airport. The contract covers a vast number of medias which is highly visible througout the whole airport. Copenhagen Airport is currently expanding its terminal buildings due to growth in traffic. This expansion will offer new and exciting opportunities for the advertising operator.
Procedure identifier : 22bd1742-f1f0-41d4-a0b7-8dd6b387930f
Internal identifier : 1100-07755
Main features of the procedure : The tender procedure will be conducted as a negotiated procedure without prequalification. CPH reserves the right to shortlist the number of participants in the negotiations.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79341000 Advertising services
Additional classification ( cpv ): 79340000 Advertising and marketing services
Additional classification ( cpv ): 79341100 Advertising consultancy services
Additional classification ( cpv ): 79341200 Advertising management services
Additional classification ( cpv ): 79341500 Aeral advertising services

2.1.2 Place of performance

Postal address : Lufthavnsboulevarden 6
Town : Kastrup
Postcode : 2770
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 700 000 000 Danish krone

2.1.4 General information

Additional information : 1) Preliminary documentation: As preliminary documentary evidence showing that the tenderer is not excluded under sections 134a-136 of the Public Procurement Act, and that the tenderer meets the minimum requirements for suitability, the tenderer must submit only one properly completed ESPD with its tender. Where the tenderer is a consortium, documentary evidence must be provided with the tender in the form of a properly completed ESPD for each consortium member showing suitability and showing that the consortium members are not subject to any of the exclusion grounds specified. Where a tenderer relies on the capacities of other economic operators (sub-suppliers, group companies, etc.) in relation to suitability, the tender must be accompanied by a properly completed ESPD for each of the economic operators in question showing suitability and that the economic operators are not subject to any of the exclusion grounds specified. 2) Final documentation: Upon request from CPH, tenderers must show that they are not subject to any exclusion grounds by providing the following documentation: A) An extract from a relevant register or a similar document issued by a competent authority showing that the tenderer is not subject to the exclusion grounds set out in section 135(1) of the Public Procurement Act; and B) a certificate issued by a competent authority showing that the tenderer is not subject to the exclusion grounds set out in sections 135(3) of the Public Procurement Act. For Danish tenderers, the documentation requirement may be met by submitting an official certificate from the Danish Business Authority, which must be issued no more than 6 months before the date of submission. As a result of Article 5k of Council Regulation (EU) 2025/395 of 24 February 2025 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia's actions destabilizing the situation in Ukraine, the tenderer must submit signed declaration concerning Russia (Annex D). The above mentioned documentation must be submitted by each consortium member and potential economic operators which the tenderer relies on. For further information see the tender conditions section 15. 3) CPH intends to conduct two (2) negotiation rounds. CPH reserves the right, during the course of the negotiations, to reduce the number of tenderers participating in the negotiations. The number may already be reduced on the basis of the first tenders. CPH reserves the possibility to award the contract on the basis of the initial and all subsequent tenders received. If so, the tenders will be evaluated in accordance with section 14 of the tender conditions. CPH is therefore entitled, but not obliged, to negotiate.
Legal basis :
Directive 2014/23/EU

2.1.6 Grounds for exclusion

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
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).
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).
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).
Child labour and 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).
Guilty of 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?
Purely national exclusion grounds : A tenderer is excluded from participating in this tender procedure where the 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.
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?
Guilty of 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.
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?
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Advertising Tender CPH
Description : This tender offers an 10 year contract on rights and obligations to operate the advertising sales in Copenhagen Airport. The contract covers a vast number of medias which is highly visible througout the whole airport. Copenhagen Airport is currently expanding its terminal buildings due to growth in traffic. This expansion will offer new and exciting opportunities for the advertising operator.
Internal identifier : 1100-07755

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79341000 Advertising services
Additional classification ( cpv ): 79340000 Advertising and marketing services
Additional classification ( cpv ): 79341100 Advertising consultancy services
Additional classification ( cpv ): 79341200 Advertising management services
Additional classification ( cpv ): 79341500 Aeral advertising services

5.1.2 Place of performance

Postal address : Lufthavnsboulevarden 6
Town : Kastrup
Postcode : 2770
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2027
Duration end date : 31/12/2037

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : The lease agreement has an initial contract length of 10 years and with up to 12 months possible extension.

5.1.5 Value

Estimated value excluding VAT : 700 000 000 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) : no
Additional information : 1) Preliminary documentation: As preliminary documentary evidence showing that the tenderer is not excluded under sections 134a-136 of the Public Procurement Act, and that the tenderer meets the minimum requirements for suitability, the tenderer must submit only one properly completed ESPD with its tender. Where the tenderer is a consortium, documentary evidence must be provided with the tender in the form of a properly completed ESPD for each consortium member showing suitability and showing that the consortium members are not subject to any of the exclusion grounds specified. Where a tenderer relies on the capacities of other economic operators (sub-suppliers, group companies, etc.) in relation to suitability, the tender must be accompanied by a properly completed ESPD for each of the economic operators in question showing suitability and that the economic operators are not subject to any of the exclusion grounds specified. 2) Final documentation: Upon request from CPH, tenderers must show that they are not subject to any exclusion grounds by providing the following documentation: A) An extract from a relevant register or a similar document issued by a competent authority showing that the tenderer is not subject to the exclusion grounds set out in section 135(1) of the Public Procurement Act; and B) a certificate issued by a competent authority showing that the tenderer is not subject to the exclusion grounds set out in sections 135(3) of the Public Procurement Act. For Danish tenderers, the documentation requirement may be met by submitting an official certificate from the Danish Business Authority, which must be issued no more than 6 months before the date of submission. As a result of Article 5k of Council Regulation (EU) 2025/395 of 24 February 2025 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia's actions destabilizing the situation in Ukraine, the tenderer must submit signed declaration concerning Russia (Annex D). The above mentioned documentation must be submitted by each consortium member and potential economic operators which the tenderer relies on. For further information see the tender conditions section 15. 3) CPH intends to conduct two (2) negotiation rounds. CPH reserves the right, during the course of the negotiations, to reduce the number of tenderers participating in the negotiations. The number may already be reduced on the basis of the first tenders. CPH reserves the possibility to award the contract on the basis of the initial and all subsequent tenders received. If so, the tenders will be evaluated in accordance with section 14 of the tender conditions. CPH is therefore entitled, but not obliged, to negotiate.

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
Name : References
Description : It is a minimum requirement that the tenderer has at least two (2) comparable references to a similar operation of digital advertising medias and/or advertising spaces in airports, train stations, metro stations, ferry lines, ferry ports, or shopping centres. The references must have a contract length of at least three (3) years. The references must have been provided within the last three (3) years before the date of the initial tender deadline. The date of provision is calculated as from the date of expiry of the references. Ongoing references are accepted if the reference has been ongoing for a minimum of 3 years. The reference requirement can be fulfilled through references where the tenderer has been a supplier or subcontractor. The decisive factor is that the tenderer has performed the work covered by the reference. Please note that a tenderer may in its ESPD state only its own references, i.e. for the specific legal entity (e.g. company) in question. This means for example that group companies' references may be considered only if the tenderer relies on the group companies in question in relation to suitability and if separate ESPDs and letters of commitment are submitted for these group companies, see below. As for consortia, the consortium members combined must meet the minimum requirement. As for tenderers relying on the technical and professional suitability of other economic operators, the tenderer and the committed entity combined must meet the minimum requirement.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Financial
Description : Sub-sub-criteria: a) Concession fee (%) (40%) b) Minimum annual rent (per TP)(40%) c) Capital Expenditure (20%) Please see the tender conditions section 14.2.1 for more details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : Sub-sub-criteria: a) Media concept (50%) b) Business plan (50%) Please see the tender conditions section 14.2.2 for more details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : According to clause 11.1 of the lease agreement the Media Owner must provide a parent company guarantee and an on-demand guarantee from a well-reputed bank or cash deposit no later than two months before the Date of Commencement.
Deadline for receipt of tenders : 15/09/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : To obtain access to CPH passenger forecast, the tenderer must sign a non-disclosure agreement (Annex G) because the information is confidential. The following documents contains CPH passenger forecast and is therefore subject to signing of the NDA: Financial offer (Annex A), CPH data on pax, Viability of Business Plan (Annex F). The tenderer must fill out and submit Financial offer (Annex A) and Viability of Business Plan (Annex F) as part of the tender. This means that a tenderer must sign the NDA in order to submit a tender. The tenderer must sign Annex G (NDA) and forward it to CPH via EU-Supply. When CPH has received the signed NDA, CPH will forward Financial offer (Annex A), CPH data on pax, and Viability of Business Plan (Annex F) to the tenderer through EU-Supply at the latest four days after CPH has received the signed Annex G (NDA). In the period from 7 July to 25 July CPH will not be able to forward Financial offer (Annex A), CPH data on pax and Viability of Business Plan (Annex F).
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.16 Further information, mediation and review

Review organisation : Danish Complaints Board for Public Procurement -
Information about review deadlines : Danish Complaints Board for Public Procurement Information on compalints: Under the Danish Act on the Complaints Board for Public Procurement, etc. (in Danish, Lov om Klagenævnet for Udbud m.v.), the following deadlines apply to the lodging of complaints: 45 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 (see section 7(2)(1) of the Act). The deadline is calculated from the day after the day when the notice was published. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. 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) of the Act.
Organisation providing additional information about the procurement procedure : Københavns Lufthavne A/S -
Organisation providing more information on the review procedures : Danish Competition and Consumer Authority -

8. Organisations

8.1 ORG-0001

Official name : Københavns Lufthavne A/S
Registration number : 14707204
Postal address : Lufthavnsboulevarden 6
Town : Kastrup
Postcode : 2770
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Philip Clausen
Telephone : +45 20202020
Internet address : https://www.cph.dk/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Danish Complaints Board for Public Procurement
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +45 72405600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Danish Competition and Consumer Authority
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 : https://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 : e0198305-e561-4c6b-b33a-246d93bc76b2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/06/2025 12:18 +00:00
Notice dispatch date (eSender) : 17/06/2025 12:54 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00397180-2025
OJ S issue number : 116/2025
Publication date : 19/06/2025