Tender of T3 common-use lounge

With this invitation to tender, CPH intends to invite tenderers for the operation of a Schengen, common use lounge of 809 m² located in Copenhagen Airport Terminal 3. The lounge is part of the Copenhagen Airport terminal 3 expansion that opens summer 2027 with a focus on creating an airport …

CPV: 55400000 Podávání nápojů, 55410000 Vedení baru, 55000000 Pohostinství a ubytovací služby a maloobchodní služby, 55310000 Obsluha v restauracích, 55520000 Zabezpečování pohostinských služeb pro zákazníky, 63731000 Provoz letišť
Místo provedení:
Tender of T3 common-use lounge
Misto zadání:
Københavns Lufthavne A/S
Číslo zakázky:
1100-08007

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 : Tender of T3 common-use lounge
Description : With this invitation to tender, CPH intends to invite tenderers for the operation of a Schengen, common use lounge of 809 m² located in Copenhagen Airport Terminal 3. The lounge is part of the Copenhagen Airport terminal 3 expansion that opens summer 2027 with a focus on creating an airport that exceeds passenger expectations and increases passenger experiences. The lease agreement has a lease period of 10 years with a possible extension up to 12 months.
Procedure identifier : 9711d5f6-b71f-44b2-b299-6e729dcf6364
Internal identifier : 1100-08007
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Main features of the procedure : Tender procedure with pre-qualification and negotiation

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55000000 Hotel, restaurant and retail trade services
Additional classification ( cpv ): 55310000 Restaurant waiter services
Additional classification ( cpv ): 55400000 Beverage-serving services
Additional classification ( cpv ): 55410000 Bar management services
Additional classification ( cpv ): 55520000 Catering services
Additional classification ( cpv ): 63731000 Airport operation services

2.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : Copenhagen Airport Terminal 3.

2.1.3 Value

Estimated value excluding VAT : 400 000 000 Danish krone

2.1.4 General information

Additional information : 1) Selection: CPH will select 5 applicants, who will subsequently be invited to submit tenders. Applicants are selected based on the best, most relevant and comparable references. In the selection process, particular emphasis will be placed on the quality and comparability of the applicants’ references in relation to CPH’s ambitions as described in the CPH introduction and Tender Brief. The selection will be made based on the applicants’ five (5) references. If the applicant submits more than five (5) references, only the first five (5) will be part of the evaluation. The selection will be based on the applicant’s information provided in the ESPD. However, CPH reserves the right at any time to demand that applicants provide all or part of the documentation listed in section 17.1 in the tender conditions if deemed necessary by CPH for the correct completion of the tender procedure. 2)Preliminary documentation: As preliminary documentary evidence showing that the applicant is not excluded under sections 134a-136 of the Public Procurement Act, that the applicant meets the minimum requirements for suitability, and how the applicant satisfies the selection criteria, the applicant must submit only one properly completed ESPD with its application. Where the applicant is a consortium, documentary evidence must be provided with the application in the form of a properly completed ESPD for each consortium member showing suitability and satisfaction of the selection criteria (and showing that the consortium members are not subject to any of the exclusion grounds specified). Where an applicant relies on the capacities of other economic operators (sub-suppliers, group companies, etc.) in relation to suitability, the application must be accompanied by a properly completed ESPD for each of the economic operators in question showing suitability and satisfaction of the selection criteria. 3) 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 17.
Legal basis :
Directive 2014/23/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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
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).
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)
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).
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.
Child labour and including 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).
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.
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?
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?
Breaching of obligations set under purely national exclusion grounds : An applicant or tenderer is excluded from participating in this tender procedure where the applicant 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.
Breaching obligation relating to 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?
Breaching obligation relating to 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Tender of T3A common-use lounge
Description : With this invitation to tender, CPH intends to invite tenderers for the operation of a Schengen, common use lounge of 809 m² located in Copenhagen Airport Terminal 3. The lounge is part of the Copenhagen Airport terminal 3 expansion that opens summer 2027 with a focus on creating an airport that exceeds passenger expectations and increases passenger experiences. The lease agreement has a lease period of 10 years with a possible extension up to 12 months.
Internal identifier : 1100-08007

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55000000 Hotel, restaurant and retail trade services
Additional classification ( cpv ): 55310000 Restaurant waiter services
Additional classification ( cpv ): 55400000 Beverage-serving services
Additional classification ( cpv ): 55410000 Bar management services
Additional classification ( cpv ): 55520000 Catering services
Additional classification ( cpv ): 63731000 Airport operation services

5.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : Copenhagen Airport Terminal 3.

5.1.3 Estimated duration

Duration : 11 Year

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : The lease agreement has a lease period of 10 years with a possible extension up to 12 months.

5.1.5 Value

Estimated value excluding VAT : 400 000 000 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) Selection: CPH will select 5 applicants, who will subsequently be invited to submit tenders. Applicants are selected based on the best, most relevant and comparable references. In the selection process, particular emphasis will be placed on the quality and comparability of the applicants’ references in relation to CPH’s ambitions as described in the CPH introduction and Tender Brief. The selection will be made based on the applicants’ five (5) references. If the applicant submits more than five (5) references, only the first five (5) will be part of the evaluation. The selection will be based on the applicant’s information provided in the ESPD. However, CPH reserves the right at any time to demand that applicants provide all or part of the documentation listed in section 17.1 in the tender conditions if deemed necessary by CPH for the correct completion of the tender procedure. 2)Preliminary documentation: As preliminary documentary evidence showing that the applicant is not excluded under sections 134a-136 of the Public Procurement Act, that the applicant meets the minimum requirements for suitability, and how the applicant satisfies the selection criteria, the applicant must submit only one properly completed ESPD with its application. Where the applicant is a consortium, documentary evidence must be provided with the application in the form of a properly completed ESPD for each consortium member showing suitability and satisfaction of the selection criteria (and showing that the consortium members are not subject to any of the exclusion grounds specified). Where an applicant relies on the capacities of other economic operators (sub-suppliers, group companies, etc.) in relation to suitability, the application must be accompanied by a properly completed ESPD for each of the economic operators in question showing suitability and satisfaction of the selection criteria. 3) 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 17.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified services
Description : It is a minimum requirement that the applicant has at least five (5) references that demonstrates the ability of providing and operating similar common use lounges in five (5) different airports as lease owners. Each airport must have had a minimum of 20 mio. passengers in 2024. The five (5) references must be active and in operation at the time of expiry of the application deadline. The references must have been in operation in at least three (3) years at the time of expiry of the application deadline. The references must be described in the ESPD and include the following information: a) Description of the references/lounges b) The airports and the number of total annual passengers in 2024 c) Date of commencement d) Contact person from each airport CPH reserves the right to contact the airport in order to verify the existence of the reference. Please note that an applicant 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 taken into account only if the applicant 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. As for consortia, the consortium members combined must meet the minimum requirement. As for applicants relying on the technical and professional suitability of other economic operators, the applicant and the committed entity combined must meet the minimum requirement.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Financial
Description : Sub-sub-criteria: a) Concession fee (%) (45%) b) Minimum annual rent (per IDP) (45%) c) Capital Expenditure (10%) Please see the tender conditions section 16.2.1 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) Concept (50%) b) Business plan (50%) Please see the tender conditions section 16.2.2 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
Deadline for receipt of requests to participate : 02/07/2025 21:59 +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 applicant/-tenderer must sign a non-disclosure agreement because the information is confidential. Financial offer (Annex A) include CPH passenger forecast and is therefore subject to signing of the NDA. The Applicant/tenderer shall fill out 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) to the tenderer through EU-Supply at the latest four days after CPH has received the signed Annex G (NDA). In the period from 15 July to 10 August CPH will not be able to forward Financial offer (Annex A). Tenderer must fill out and submit Financial offer (Annex A) as part of the tender. This means that a tenderer must sign the NDA in order to submit a tender.
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 : 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: a. Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days 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 (see section 7(1) of the Act). b. 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) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : Connie Sery
Telephone : +45 22732029
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 : 4be06a04-3736-4c4d-bfde-92e3a944e7ed - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/06/2025 10:28 +00:00
Notice dispatch date (eSender) : 02/06/2025 12:53 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00359113-2025
OJ S issue number : 106/2025
Publication date : 04/06/2025