Agreement regarding Biometric Stations

I) Background and purpose The Danish Ministry og Foreign Affairs (“MFA)” comprises the Ministry located in Copenhagen and a global network of embassies, consulates-General and Trade Commissions. The MFA wishes to conclude an agreement with one supplier regarding the delivery, support and maintenance of both stationary and mobile biometric stations. …

CPV: 30233310 Четящи устройства за пръстови отпечатъци, 35125110 Биометрични датчици, 38650000 Фотографско оборудване, 38651000 Фотографски апарати, 72253200 Поддържане на системи, 72250000 Услуги по поддържане на системи и оказване на помощ, 72253000 Услуги в помощ на потребителите и поддържане на системи, 72261000 Услуги по оказване на помощ, свързана със софтуерните продукти
Място на изпълнение:
Agreement regarding Biometric Stations
Издаващ орган:
Udenrigsministeriet
Номер на наградата:
4031623

1. Buyer

1.1 Buyer

Official name : Udenrigsministeriet
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Agreement regarding Biometric Stations
Description : I) Background and purpose The Danish Ministry og Foreign Affairs (“MFA)” comprises the Ministry located in Copenhagen and a global network of embassies, consulates-General and Trade Commissions. The MFA wishes to conclude an agreement with one supplier regarding the delivery, support and maintenance of both stationary and mobile biometric stations. The biometric stations shall support the process related to issue of primarily passports at the MFA’s embassies around the world. The agreement regulates the development, delivery, support, and maintenance of the biometric stations. II) Main Services: The agreement covers the following main services: A) Implementation Services B) Delivery of biometric stations C) Maintenance and support A: Implementation Services The Supplier shall commence the delivery of Implementation Services immediately upon signing the Agreement. These services shall ensure that the Supplier can deliver biometric stations that are compatible with the Customer’s IT environment and support the intended use of the Biometric Stations. The Implementation Services include: a. Delivery of one Stationary Biometric Station b. Delivery of one Mobile Biometric Station c. Development and delivery of an API for installation on the Operator’s PCs. The API shall control the Stationary Biometric Station via a user interface for the Operator. d. Integration with the Customer’s operations provider (Statens IT) e. Delivery of Documentation f. Training of the Customer’s technical personnel The Implementation Services shall be delivered with due involvement of the Customer’s staff. Regardless, the Supplier is responsible for the overall planning and management of the process. B: Delivery Biometric Stations The Supplier shall deliver Stationary Biometric Stations and Mobile Biometric Stations for capture of biometrics for primarily passports. Stationary Biometric Stations shall mean a stationary device that uses embedded components to capture of photo, fingerprint, and signature of a person in at least a seated position. The Stationary Biometric Station shall be mounted to wall or floor depending on the individual operating scenario where the station shall be put into operation. The Customer expects to buy 100 stationary biometric stations during the term of the Agreement. Mobile Biometric Stations shall mean a mobile device that uses embedded components to capture photo, fingerprint, and signature of a person in at least a seated position. The size and shape of the mobile station allows it to be taken with you when travelling by car, bus, train, boat, and plane, for example. The Customer expects to buy 70 mobile biometric stations during the term of the Agreement. The Biometric stations shall include all parts such as computer/tablet, light stand, background etc. to the extent necessary in order to capture biometrics of a quality which comply with the requirements stated in the Agreement. C: Maintenance and support The Supplier shall provide support and maintenance for delivered Biometric Stations, covering all parts of the stations, including both hardware and software. Maintenance includes all proactive actions necessary to ensure that the solution operates in compliance with the requirements. This encompasses ongoing technical maintenance, preventive measures, and updates. Support includes all reactive actions arising from incidents or other support inquiries. The support shall address all types of questions related to the Biometric Stations and must include the possibility to provide support via video calls. The Supplier shall expect to collaborate with the Customer's operational supplier and technicians related to support and maintenance. In case of incidents requiring the replacement of components, the Supplier shall deliver the necessary components to the Customer, who will handle the replacement using its own technical staff. *** In general, reference is made to the tender material for more information.
Procedure identifier : 842cded7-132e-4776-b402-aeb3b9bbb2d6
Internal identifier : 4031623
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : After receipt of initial tenders, the contracting entity will conduct individual negotiation meetings with all tenderers who have submitted an initial tender within the deadline stated. The negotiations will be conducted in accordance with the principle of equal treatment, and all tenderers will be given the same amount of time for negotiations with the contracting entity. Successive stages are not used in order to limit the number of tenders to be negotiated. After the negotiations, the contracting entity may choose to issue revised tender documents for further initial or final tenders. The tenderers will be informed thereof at the same time with an invitation to submit an initial or final tender. The contracting entity reserves the right to award the agreement on the basis of the first initial tender. The contracting entity will not pay a participation fee to the tenderers. For further information on the process of the negotiations, reference is made to the tender specifications. Due to a system error, this notice incorrectly states "Yes" to "The procedure is conducted in successive stages. In each stage, some applicants may be rejected". There will be no shortlisting after prequalification.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 38650000 Photographic equipment
Additional classification ( cpv ): 30233310 Fingerprint readers
Additional classification ( cpv ): 35125110 Biometric sensors
Additional classification ( cpv ): 38651000 Cameras
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72253000 Helpdesk and support services
Additional classification ( cpv ): 72253200 Systems support services
Additional classification ( cpv ): 72261000 Software support services

2.1.2 Place of performance

Postal address : Asiatisk Plads 2
Town : København V
Postcode : 1448
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 45 000 000 Danish krone

2.1.4 General information

Additional information : Section 134a of the Danish Public Procurement Act shall apply to this tender procedure. Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the procurement documents, the candidate must be registered or register as a user. If the application contains several versions of the same document, the latest up-loaded version will apply. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Reference is made to the tender specifications and appendix B for information concerning questions and answers. Interested operators are requested to keep updated via the electronic tendering system. If the candidate en-counters problems with the system, please contact support by e-mail, dksupport@eu-supply.com , or tele-phone (+45) 70 20 80 14. As its application, the candidate must submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act (udbudsloven). It is not necessary for the candidate to sign the ESPD document. For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. Where the candidate is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The candidate heading the group and submitting the application is not required to sign its ESPD document. If the candidate relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which it relies. Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the applicant and tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156 of the Danish Public Procurement Act, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from applicants and tenderers established in the country holding the official list., The candidate must also submit a letter of commitment in which the entity/entities on which the candidate relies has/have undertaken joint and several liability with the candidate if the candidate is awarded the contract. The form is enclosed as an attachment to the tender specifications. The contracting entity will select the number of candidates by applying the selection criteria stated in this con-tract notice, unless the contracting entity receives no more than the stated number of compliant requests for participation. It should be noted that the amount is an estimate of the expected contract price for the entire term of the con-tract, including the price of all options. The estimate is based on historical consumption combined with an estimate of future resource needs. It should be noted that each candidate may only submit one application for prequalification. The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that applications or tenders do not comply with the formal requirements of the tender documents. Attention is drawn to Article 5k in Regulation (EU) No 833/2014, as amended, which applies to the tender procedure. 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 precise definition of the operators that are subject to the prohibition). The contracting entity reserves the right to require at any time during the tender process that the economic operators prove that they are not subject to the prohibition, for example by requiring a declaration to this effect and/or documentation regarding the place of establishment and owner-ship of the economic operators and any subcontractors. It should be noted that the indicated term of the agreement is calculated from the Acceptance Date. In addition to the indicated duration of contract, an expiry phase that is flexible in time will be required when the contract is at an end in order to ensure an undisturbed continuation of the stations in connection with a possible re-tender. The contracting entity expects to conduct 1 negotiation with each tenderer based on the initial offer. For further information on the process of the negotiations, reference is made to the tender specifications. The contracting entity will pay no remuneration for participating in this tender procedure.
Legal basis :
Directive 2014/24/EU
Danish Public Procurement Act (Act No. 1564 of 15 December 2015 as amended) - The tender procedure is covered by the Danish Public Procurement Act (Act No. 1564 of 15 December 2015 as amended), which implements the Public Procurement Directive (Directive 2014/24/EU).

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : see section 137(1), para (2) of the Danish Public Procurement Act.
Bankruptcy : see section 137(1), para (2) of the Danish Public Procurement Act.
Corruption : see section 135(1), para (2) of the Danish Public Procurement Act.
Arrangement with creditors : see section 137(1), para (2) of the Danish Public Procurement Act.
Participation in a criminal organisation : see section 135(1), para (1) of the Danish Public Procurement Act.
Money laundering or terrorist financing : see section 135(1), para (5) of the Danish Public Procurement Act.
Fraud : see section 135(1), para (3) of the Danish Public Procurement Act.
Child labour and other forms of trafficking in human beings : see section 135(1), para (6) of the Danish Public Procurement Act.
Insolvency : see section 137(1), para (2) of the Danish Public Procurement Act.
Assets being administered by liquidator : see section 137(1), para (2) of the Danish Public Procurement Act.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : see section 136, para (3) of the Danish Public Procurement Act
Conflict of interest due to its participation in the procurement procedure : see section 136, para (1) of the Danish Public Procurement Act
Direct or indirect involvement in the preparation of this procurement procedure : see section 136, para (2) of the Danish Public Procurement Act.
Guilty of grave professional misconduct : see section 136, para (4) of the Danish Public Procurement Act.
Payment of social security contributions : see section 135(3) of the Danish Public Procurement Act.
Business activities are suspended : see section 137(1), para (2) of the Danish Public Procurement Act.
Payment of taxes : see section 135(3) of the Danish Public Procurement Act.
Terrorist offences or offences linked to terrorist activities : see section 135(1), para (4) of the Danish Public Procurement Act.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework Agreement regarding Biometric Stations
Description : I) Background and purpose The Danish Ministry og Foreign Affairs (“MFA)” comprises the Ministry located in Copenhagen and a global network of embassies, consulates-General and Trade Commissions. The MFA wishes to conclude an agreement with one supplier regarding the delivery, support and maintenance of both stationary and mobile biometric stations. The biometric stations shall support the process related to issue of primarily passports at the MFA’s embassies around the world. The agreement regulates the development, delivery, support, and maintenance of the biometric stations. II) Main Services: The agreement covers the following main services: A) Implementation Services B) Delivery of biometric stations C) Maintenance and support A: Implementation Services The Supplier shall commence the delivery of Implementation Services immediately upon signing the Agreement. These services shall ensure that the Supplier can deliver biometric stations that are compatible with the Customer’s IT environment and support the intended use of the Biometric Stations. The Implementation Services include: a. Delivery of one Stationary Biometric Station b. Delivery of one Mobile Biometric Station c. Development and delivery of an API for installation on the Operator’s PCs. The API shall control the Stationary Biometric Station via a user interface for the Operator. d. Integration with the Customer’s operations provider (Statens IT) e. Delivery of Documentation f. Training of the Customer’s technical personnel The Implementation Services shall be delivered with due involvement of the Customer’s staff. Regardless, the Supplier is responsible for the overall planning and management of the process. B: Delivery Biometric Stations The Supplier shall deliver Stationary Biometric Stations and Mobile Biometric Stations for capture of biometrics for primarily passports. Stationary Biometric Stations shall mean a stationary device that uses embedded components to capture of photo, fingerprint, and signature of a person in at least a seated position. The Stationary Biometric Station shall be mounted to wall or floor depending on the individual operating scenario where the station shall be put into operation. The Customer expects to buy 100 stationary biometric stations during the term of the Agreement. Mobile Biometric Stations shall mean a mobile device that uses embedded components to capture photo, fingerprint, and signature of a person in at least a seated position. The size and shape of the mobile station allows it to be taken with you when travelling by car, bus, train, boat, and plane, for example. The Customer expects to buy 70 mobile biometric stations during the term of the Agreement. The Biometric stations shall include all parts such as computer/tablet, light stand, background etc. to the extent necessary in order to capture biometrics of a quality which comply with the requirements stated in the Agreement. C: Maintenance and support The Supplier shall provide support and maintenance for delivered Biometric Stations, covering all parts of the stations, including both hardware and software. Maintenance includes all proactive actions necessary to ensure that the solution operates in compliance with the requirements. This encompasses ongoing technical maintenance, preventive measures, and updates. Support includes all reactive actions arising from incidents or other support inquiries. The support shall address all types of questions related to the Biometric Stations and must include the possibility to provide support via video calls. The Supplier shall expect to collaborate with the Customer's operational supplier and technicians related to support and maintenance. In case of incidents requiring the replacement of components, the Supplier shall deliver the necessary components to the Customer, who will handle the replacement using its own technical staff. *** In general, reference is made to the tender material for more information.
Internal identifier : 4031623

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 38650000 Photographic equipment
Additional classification ( cpv ): 30233310 Fingerprint readers
Additional classification ( cpv ): 35125110 Biometric sensors
Additional classification ( cpv ): 38651000 Cameras
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72253000 Helpdesk and support services
Additional classification ( cpv ): 72253200 Systems support services
Additional classification ( cpv ): 72261000 Software support services

5.1.2 Place of performance

Postal address : Asiatisk Plads 2
Town : København V
Postcode : 1448
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 96 Month

5.1.5 Value

Estimated value excluding VAT : 45 000 000 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) : yes
Information about previous notices :
Identifier of the previous notice : 118470-2024
Additional information : Section 134a of the Danish Public Procurement Act shall apply to this tender procedure. Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the procurement documents, the candidate must be registered or register as a user. If the application contains several versions of the same document, the latest up-loaded version will apply. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Reference is made to the tender specifications and appendix B for information concerning questions and answers. Interested operators are requested to keep updated via the electronic tendering system. If the candidate en-counters problems with the system, please contact support by e-mail, dksupport@eu-supply.com , or tele-phone (+45) 70 20 80 14. As its application, the candidate must submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act (udbudsloven). It is not necessary for the candidate to sign the ESPD document. For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. Where the candidate is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The candidate heading the group and submitting the application is not required to sign its ESPD document. If the candidate relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which it relies. Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the applicant and tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156 of the Danish Public Procurement Act, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from applicants and tenderers established in the country holding the official list., The candidate must also submit a letter of commitment in which the entity/entities on which the candidate relies has/have undertaken joint and several liability with the candidate if the candidate is awarded the contract. The form is enclosed as an attachment to the tender specifications. The contracting entity will select the number of candidates by applying the selection criteria stated in this con-tract notice, unless the contracting entity receives no more than the stated number of compliant requests for participation. It should be noted that the amount is an estimate of the expected contract price for the entire term of the con-tract, including the price of all options. The estimate is based on historical consumption combined with an estimate of future resource needs. It should be noted that each candidate may only submit one application for prequalification. The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that applications or tenders do not comply with the formal requirements of the tender documents. Attention is drawn to Article 5k in Regulation (EU) No 833/2014, as amended, which applies to the tender procedure. 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 precise definition of the operators that are subject to the prohibition). The contracting entity reserves the right to require at any time during the tender process that the economic operators prove that they are not subject to the prohibition, for example by requiring a declaration to this effect and/or documentation regarding the place of establishment and owner-ship of the economic operators and any subcontractors. It should be noted that the indicated term of the agreement is calculated from the Acceptance Date. In addition to the indicated duration of contract, an expiry phase that is flexible in time will be required when the contract is at an end in order to ensure an undisturbed continuation of the stations in connection with a possible re-tender. The contracting entity expects to conduct 1 negotiation with each tenderer based on the initial offer. For further information on the process of the negotiations, reference is made to the tender specifications. The contracting entity will pay no remuneration for participating in this tender procedure.

5.1.7 Strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The total annual turnover in the latest financial year.
Description : The candidate must submit the European Single Procurement Document ("ESPD") with the following information. - The candidates total annual turnover in the latest financial year available. In this procedure, the candidate may rely on the economic and financial capacity of other operators to fulfil the suitability requirements. The operator(s) making its/their economic and financial capacity available to the candidate must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications. If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of requirements, see below, the candidate and the entities in question will be required by the contracting entity to undertake joint and several liability for the performance of the contract. The ESPD serves as provisional documentation that the [tenderer/candidate] fulfils the require-ments in respect of economic and financial capacity. Before the award decision is made, the candidate to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate. Upon the contracting entity's request, the following documentation of economic and financial capacity must be submitted: A statement regarding the operator's overall turnover in the latest annual report/financial statement available, depending on when the operator was established or started trading if the figures for this turnover are available. For groups of operators (e.g. a consortium), the information in the latest annual report/financial statement available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g., a parent company, a sister company or a subcontractor), information for such other entities must be provided as well. Minimum requirement: As a minimum requirement, a total annual turnover of at least DKK 5 million is required in the latest annual report/financial statement available. If the candidate relies on the capacities of other entities, the turnover is to be calculated as the total turnover of the candidate and such other entities in the latest annual report/financial statement available. For groups of operators (e.g., a consortium), the turnover is calculated as the total turnover of the operators in the latest annual report/financial statement available. The information is to be stated in section IV.B of the ESPD.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : The equity at the end of the latest financial year available.
Description : The candidate must submit the European Single Procurement Document ("ESPD") with the following information: - The candidates equity in the latest financial year available. In this procedure, the candidate may rely on the economic and financial capacity of other operators to fulfil the suitability requirements. The operator(s) making its/their economic and financial capacity available to the candidate must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications. If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of requirements, see below, the candidate and the entities in question will be required by the contracting entity to undertake joint and several liability for the performance of the contract. The ESPD serves as provisional documentation that the candidate fulfils the requirements in respect of economic and financial capacity. Before the award decision is made, the candidate to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate. Upon the contracting entity's request, the following documentation of economic and financial capacity must be submitted: The operator's balance sheets or extracts from balance sheets in the latest annual report/financial statement available if publication of the balance sheets is required under law in the country in which the operator is established, or other documentation of the size of the equity. For groups of operators (e.g., a consortium), the information in the latest annual report/financial statement available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g., a parent company, a sister company or a subcontractor), information for such other entities must be provided as well. Minimum requirement: As a minimum requirement, a positive equity is required in the latest annual report/financial statement available. If the candidate relies on the capacities of other entities, the equity is to be calculated as the total equity of the operator and such other entities in the latest annual report/financial statement available. For groups of operators (e.g., a consortium), the equity is calculated as the total equity of the operators in the latest annual report/financial statement available. The information is to be stated in section IV.B of the ESPD.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : References
Description : The candidate must submit the ESPD with the following information: A list of the 5 most significant comparable supplies, see description of main services in this notice, that the candidate has carried out in the latest 3 years before the expiry of the deadline for application. Only references relating to supplies carried out at the time of application will be given importance in the evaluation of whether the requirements regarding technical and professional capacity have been complied with, see below. Hence, in the case of an ongoing task, only the part of the services already performed at the time of application will be included in the evaluation of the reference. Each reference is requested to include a brief description of the deliveries made. The description of the delivery should include a clear description of the supplies (see description of main services in this notice covered by the agreement) to which the delivery related and the candidate's role(s) in the performance of the delivery. The reference is furthermore requested to include the financial value of the delivery (amount), the date of delivery and the name of the customer (recipient). When indicating the date of the delivery, the candidate is requested to indicate the date of commencement and finalisation of the delivery. If this is not possible, for example if the tasks were performed on a continuous basis under a framework agreement, the candidate is asked to indicate how the date is specified. No more than 5 references may be stated, irrespective of whether the candidate is a single operator, whether the candidate relies on the technical capacity of other entities, or is a group of operators (e.g. a consortium). Where more than 5 references are stated, only the most recent 5 references will be taken into account. Any additional references will be disregarded. If it is not possible to decide which references are the most recent 5 references, the references will be selected by drawing lots. In this procedure, the candidate may rely on the technical capacity of other operators to fulfil the suitability requirements. The operator(s) making its/their technical capacity available to the candidate must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications. The ESPD serves as provisional documentation of the candidate's compliance with the selection criterion stated in this no-tice. Before the award decision is made, the tenderer to whom the contracting entity intends to award the framework agreement must submit documentation that the information stated in the ESPD is accurate. No additional documentation of technical and professional capacity will be required from the candidate. However, the contracting entity reserves the right to contact the candidate or the customer stated in the reference for verification of the information stated in the reference, including the dates of the reference indicated. Minimum requirement: The tenderer must demonstrate at least 1 reference stating that the candidate, within the last 3 years, has provided biometric stations for capture of biometrics, i.e. photo, fingerprint, and signature, as well as support for the provided stations.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : References
Description : Criteria for selection among the suitable candidates. The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, in relation to the main services put up for tender. The relevance assessment will be made on the basis of the extent to which the references, combined, document experience in the provision of services that are comparable to the main services put up for tender. In the evaluation of which candidates have documented the most relevant supplies, the contracting entity will award points to the candidates on a scale from 1-5 for each main service, based on the extent to which the references, combined, document relevant experience in providing the main services. On this basis, the candidate will be awarded a total score calculated as the average number of points awarded for the main services.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 3
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See Tender Specifications, Appendix A.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : See Tender Specifications, Appendix A.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 12/08/2025 21:55 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Security clearance is required
Description : Reference is made to the Agreement regarding requirements for security clearance.
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 22/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The agreement has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guide-lines for Multinational Enterprises. The agreement furthermore lays down requirements pursuant to ILO Convention no. 94 on labour clauses in public contracts and Circular no. 9471 of 30 June 2014. If the agreement is awarded to a group of operators (such as a consortium), the participants of the group must undertake joint and several liability and appoint a joint representative. The agreement includes requirements for security clearance when delivering certain services.
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 :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Information about review deadlines : Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk ), the following deadlines apply to the lodging of complaints: Complaints of not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 1) 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. The deadline is calculated from the day after the day when the notice was published. 2) 30 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) 6 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) of the Act and section 171(4) of the Danish Public Procurement Act. 4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act. 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 complaint 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. The e-mail address of the Complaints Board for Public Procurement is klfu@naevneneshus.dk . The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/.
Organisation providing additional information about the procurement procedure : Udenrigsministeriet
Organisation providing offline access to the procurement documents : Udenrigsministeriet
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate : Udenrigsministeriet
Organisation processing tenders : Udenrigsministeriet

8. Organisations

8.1 ORG-0001

Official name : Udenrigsministeriet
Registration number : 4024777
Department : Udenrigsministeriet
Postal address : Asiatisk Plads 2
Town : København K
Postcode : 1448
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Mikkel Mølgaard
Telephone : +45 22336597
Internet address : https://um.dk/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405600
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) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : f308d2b7-455d-4448-b967-f6abe2e329db - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/07/2025 14:46 +00:00
Notice dispatch date (eSender) : 07/07/2025 15:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00447398-2025
OJ S issue number : 129/2025
Publication date : 09/07/2025