Digital Spring ortho photo 2025-29

During period from March 21st to May 5th (May 5th is expected to be last acquisition day) 4 channels digital spring imagery with GSD 15cm or optional 10cm are acquired over Denmark from five different aerial image suppliers – a total of 51436 km2. The images from these photo flights …

CPV: 71000000 Architectural, construction, engineering and inspection services, 71250000 Architectural, engineering and surveying services, 71354000 Map-making services, 71354100 Digital mapping services, 71354200 Aerial mapping services, 71355100 Photogrammetry services
Place of execution:
Digital Spring ortho photo 2025-29
Awarding body:
Klimadatastyrelsen
Award number:
1305-4049

1. Buyer

1.1 Buyer

Official name : Klimadatastyrelsen
Legal type of the buyer : Central government authority
Activity of the contracting authority : Environmental protection

2. Procedure

2.1 Procedure

Title : Digital Spring ortho photo 2025-29
Description : During period from March 21st to May 5th (May 5th is expected to be last acquisition day) 4 channels digital spring imagery with GSD 15cm or optional 10cm are acquired over Denmark from five different aerial image suppliers – a total of 51436 km2. The images from these photo flights are basis for this tender – producing a seamless 4 channels ortho photo in GSD 12.5 cm or optional 10cm. For the production, KDS will deliver the imageries, orientation parameters, GCP’s, camera calibration and an elevation model for the area. The contract i s 2 years with possibility to prolong three times of one year.
Procedure identifier : d3d2a74d-30af-4c7b-ac6c-446887e0e432
Previous notice : 7ae01064-08c9-426d-a1f6-e00fdd410f98-01
Internal identifier : 1305-4049
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71250000 Architectural, engineering and surveying services
Additional classification ( cpv ): 71354000 Map-making services
Additional classification ( cpv ): 71354100 Digital mapping services
Additional classification ( cpv ): 71354200 Aerial mapping services
Additional classification ( cpv ): 71355100 Photogrammetry services

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : The ortho photo covers the enitre Denmark

2.1.3 Value

Estimated value excluding VAT : 5 000 000 Danish krone

2.1.4 General information

Call for competition is terminated
Additional information : Divide or explain The tendered contract has not been divided into lots, see section 49(2) of the Danish Public Procurement Act, due to the nature and amount of work will make the contracts to small for more than one company, and also to make sure a uniform product it is not possible to divide into lots. The Danish Public Procurement Act section § 134 a The contracting authority shall in accordance with section 134 a of the Danish Public Procurement Act exclude economic operators established in a country stated on the EU list of non-cooperative jurisdictions for tax purposes and which is not a party to the WTO Government Procurement Agreement or any other binding for Denmark free-trade agreement. Documentation for the grounds for exclusion The tenderer must complete and submit the ESPD as preliminary proof of compliance with the requirements set out in section 148(1)(i)-(iii) of the Danish Public Procurement Act. Prior to the decision on award of the contract, documentation of the information provided in the ESPD must be submitted, see sections 151 and 152 of the Danish Public Procurement Act. By way of documentation that a tenderer does not fall within the scope of one of the grounds for exclusion set out in section 135(1) and (3) and section 137(1)(ii) and (vi), the following must be provided in accordance with section 153 of the Danish Public Procurement Act: - an extract from a relevant register or an equivalent document showing that the tenderer is not encompassed by section 135(1) and a certificate proving that the tenderer does not fall within section 135(3) and section 137(1)(ii) and (vi); - where the country in question does not issue such documentation, or where these do not cover all the cases specified in section 135(1) or (3) and section 137(1) (ii) and (vi), they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made before a competent judicial authority etc. For Danish tenderers, documentation may be provided in the form of a service certificate. Where a tenderer, one or more members of a group or other entities are from another EU/EEA country, such entity must generally provide the types of documentation specified in e-Certis. The contracting authority can however request a tenderer for further documentation and examine such obtained documentation, if the contracting authority considers this being necessary for the correct conduction of the procurement procedure. The tenderer shall not provide documentation for not being subject to the mandatory ground for exclusion set out in section 134 a. For other grounds for exclusion in the Danish Public Procurement Act than stated above, the contracting authority must demonstrate or have sufficiently plausible indications to conclude that one of the grounds for exclusion applies to the tenderer. A tenderer to whom a ground for exclusion applies is excluded from participating in the procurement process, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act, except for the ground for exclusion in section 134 a, where the tenderer does not have the possibility to document reliability. The contracting authority may only exclude a tenderer, if the contracting authority has informed the concerned tenderer that it is subject to a ground for exclusion and if the tenderer has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning), or if the provided documentation is not considered sufficient to document reliability. For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act. EU’s sanctions against Russia The contracting authority shall also exclude economic operators, which are subject to EU sanctions in accordance with EU regulation 833/2014 with later amendments, Article 5k.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Digital Spring ortho photo 2025-29
Description : During period from March 21st to May 5th (May 5th is expected to be last acquisition day) 4 channels digital spring imagery with GSD 15cm or optional 10cm are acquired over Denmark from five different aerial image suppliers – a total of 51436 km2. The images from these photo flights are basis for this tender – producing a seamless 4 channels ortho photo in GSD 12.5 cm or optional 10cm. For the production, KDS will deliver the imageries, orientation parameters, GCP’s, camera calibration and an elevation model for the area. The contract i s 2 years with possibility to prolong three times of one year.
Internal identifier : 1305-4049

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71250000 Architectural, engineering and surveying services
Additional classification ( cpv ): 71354000 Map-making services
Additional classification ( cpv ): 71354100 Digital mapping services
Additional classification ( cpv ): 71354200 Aerial mapping services
Additional classification ( cpv ): 71355100 Photogrammetry services
Quantity : 51 000 square kilometre
Options :
Description of the options : The Contract includes the following options: Option 1 – True Ortho Photo see Annex O.1 section 3.1 Option 2 - Block mosaics – see Annex O.1 section 3.2 Option 3 - Pixel size – see Annex O.1 Section 3,3

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : The ortho photo covers the enitre Denmark

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The contract can be prolonged three times of one year at the time.

5.1.5 Value

Estimated value excluding VAT : 5 000 000 Danish krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Divide or explain The tendered contract has not been divided into lots, see section 49(2) of the Danish Public Procurement Act, due to the nature and amount of work will make the contracts to small for more than one company, and also to make sure a uniform product it is not possible to divide into lots. The Danish Public Procurement Act section § 134 a The contracting authority shall in accordance with section 134 a of the Danish Public Procurement Act exclude economic operators established in a country stated on the EU list of non-cooperative jurisdictions for tax purposes and which is not a party to the WTO Government Procurement Agreement or any other binding for Denmark free-trade agreement. Documentation for the grounds for exclusion The tenderer must complete and submit the ESPD as preliminary proof of compliance with the requirements set out in section 148(1)(i)-(iii) of the Danish Public Procurement Act. Prior to the decision on award of the contract, documentation of the information provided in the ESPD must be submitted, see sections 151 and 152 of the Danish Public Procurement Act. By way of documentation that a tenderer does not fall within the scope of one of the grounds for exclusion set out in section 135(1) and (3) and section 137(1)(ii) and (vi), the following must be provided in accordance with section 153 of the Danish Public Procurement Act: - an extract from a relevant register or an equivalent document showing that the tenderer is not encompassed by section 135(1) and a certificate proving that the tenderer does not fall within section 135(3) and section 137(1)(ii) and (vi); - where the country in question does not issue such documentation, or where these do not cover all the cases specified in section 135(1) or (3) and section 137(1) (ii) and (vi), they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made before a competent judicial authority etc. For Danish tenderers, documentation may be provided in the form of a service certificate. Where a tenderer, one or more members of a group or other entities are from another EU/EEA country, such entity must generally provide the types of documentation specified in e-Certis. The contracting authority can however request a tenderer for further documentation and examine such obtained documentation, if the contracting authority considers this being necessary for the correct conduction of the procurement procedure. The tenderer shall not provide documentation for not being subject to the mandatory ground for exclusion set out in section 134 a. For other grounds for exclusion in the Danish Public Procurement Act than stated above, the contracting authority must demonstrate or have sufficiently plausible indications to conclude that one of the grounds for exclusion applies to the tenderer. A tenderer to whom a ground for exclusion applies is excluded from participating in the procurement process, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act, except for the ground for exclusion in section 134 a, where the tenderer does not have the possibility to document reliability. The contracting authority may only exclude a tenderer, if the contracting authority has informed the concerned tenderer that it is subject to a ground for exclusion and if the tenderer has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning), or if the provided documentation is not considered sufficient to document reliability. For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act. EU’s sanctions against Russia The contracting authority shall also exclude economic operators, which are subject to EU sanctions in accordance with EU regulation 833/2014 with later amendments, Article 5k.

5.1.7 Strategic procurement

Green Procurement Criteria : No Green Public Procurement criteria

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Sample data
Description : For evaluating the contractor’s ability to produce ortho photos, the contractor must perform a sample production, calculating two orthophotos of predefined areas of 16km2 each. The sample production must be calculated accord-ing to the specifications in this tender and calculated on the images, orientations and elevation model provided in this tender as described below. The resulting production sample must be submitted with the bid and will be used in the evaluation. The sample data will be evaluated in a blind test, and according to the specifications in annex O1 and O3. For the sample data, only COG is required and seamlines must be according to the “final state”.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Approach and Method
Description : Good descriptions and solutions of method and approach to this task will get higher score, this includes reflections why a specific choice is made and why it is an advantage/disadvantage for the overall product. It is also important to include necessary and specific QA routines for each step. Furthermore, automatic solutions to a problem/task will generally give higher score than manual solutions. The description must detail why this is the optimal solution and which advantages or disadvantages each choice gives to the customer. Method and quality routines which ensures uniform colour over each (sub-)region, and how problems are met without compromising the time schedule. Description how the ortho photos will be seamed along: - Individual images - Photo blocks - (Sub-)Region borders (edge match (both region and sub-region) and global colour adjustment (only sub-region)). - Quality control of the final product including accuracy and radiometry - Description of how the supplier will handle the bridges, including which corrections there will be done on the two categories. Improvements to the ortho photo which is beyond the minimum scope of work e.g. correction of distorted buildings, pixel stretch, water bodies etc. Description of the setup and how the workflow within the supplier’s organisation as well as communication to the customer, will give a positive score – this includes CV’s of key personnel and their responsibility within the project. Furthermore, a good description of how the offered capacity (software, hardware and personnel), demonstrates the Supplier’s abilities to meet the deadlines. Description how to make true ortho photo for smaller areas, and how the supplier will merge the true ortho into the “normal” ortho photo including handling of seamlines.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Price
Name : Price
Description : The Tenderer must give the prices in attach .xlsx document price list.xlsx the spreadsheet must be delivered filled in as both .pdf and .xlxs. All the five white fields (C4, C7, C10, C13 and C14) must be filled in. Minimum requirement. If the there is different prices between the .pdf and .xlxs then the prices in the .pdf will be used. The prices given must include all cost and excluding VAT.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : Pursuant to Consolidated Act no. 593 of 2 June 2016 on the Complaints Board for Public Procurement as amended, the following time limits apply to the filing of requests for a review procedure: Complaints about procurement procedures or decisions falling within Part II of the Danish Public Procurement Act which are not covered by subsection 1 of the Act, must, according to section 7(2) of the Act, be filed with the Danish Complaints Board for Public Procurement within: (1) 45 calendar days of the contracting authority having published a notice in the Official Journal of the European Union to the effect that the contracting authority has entered into a contract. The time limit is calculated from the date after the date when the notice was published; (2) 30 calendar days, calculated from the date after the date when the contracting authority notified the affected tenderers that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into, if the notification contained a statement of the reasons for the decision. (3) six months of the contracting authority having entered into a framework agreement, counted from the date after the date when the contracting authority notified the affected candidates and tenderers, see section 2(2) of the Act, or section 171(4) of the Danish Public Procurement Act. (4) 20 calendar days calculated from the date after the contracting authority has announced its decision, see section 185(2), second sentence, of the Danish Public Procurement Act. If a contracting authority has complied with the procedure outlined in section 4 of the Act to ensure that a contract is not declared ineffective, see section 7(3) of the Act, an application for a review of whether the contracting authority has entered into a contract in contravention of the Public Procurement Directive without prior publication of a contract notice in the Official Journal of the European Union must be filed with the Danish Complaints Board for Public Procurement within 30 calendar days calculated from the date after the date when the contracting authority has published a notice in the Official Journal of the European Union stating that the contracting authority has entered into a contract, provided that the notice contains the reasons for the contracting authority’s decision to award the contract without prior publication of a contract notice in the Official Journal of the European Union. Not later than on the date of the filing of an application for a review procedure with the Danish Complaints Board for Public Procurement, the applicant must notify the contracting authority in writing that an application for a review procedure has been filed with the Danish Complaints Board for Public Procurement, see section 6(4) of the Act. Furthermore, the contracting authority must be informed of whether the application for a review procedure has been filed in the stand-still period, see section 3(1) or (2) of the Act, or during the period of 10 calendar days laid down in section 4(1)(ii). In cases where the application for a review procedure has not been filed in the above-mentioned periods, the applicant must also state whether the applicant has applied for a stay pending the outcome of the review procedure, see section 12(1) of the Act. The Danish Complaints Board for Public Procurement’s own review procedure guidelines are available on www.klfu.dk.

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 Consolidated Act no. 593 of 2 June 2016 on the Complaints Board for Public Procurement as amended, the following time limits apply to the filing of requests for a review procedure: Complaints about procurement procedures or decisions falling within Part II of the Danish Public Procurement Act which are not covered by subsection 1 of the Act, must, according to section 7(2) of the Act, be filed with the Danish Complaints Board for Public Procurement within: (1) 45 calendar days of the contracting authority having published a notice in the Official Journal of the European Union to the effect that the contracting authority has entered into a contract. The time limit is calculated from the date after the date when the notice was published; (2) 30 calendar days, calculated from the date after the date when the contracting authority notified the affected tenderers that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into, if the notification contained a statement of the reasons for the decision. (3) six months of the contracting authority having entered into a framework agreement, counted from the date after the date when the contracting authority notified the affected candidates and tenderers, see section 2(2) of the Act, or section 171(4) of the Danish Public Procurement Act. (4) 20 calendar days calculated from the date after the contracting authority has announced its decision, see section 185(2), second sentence, of the Danish Public Procurement Act. If a contracting authority has complied with the procedure outlined in section 4 of the Act to ensure that a contract is not declared ineffective, see section 7(3) of the Act, an application for a review of whether the contracting authority has entered into a contract in contravention of the Public Procurement Directive without prior publication of a contract notice in the Official Journal of the European Union must be filed with the Danish Complaints Board for Public Procurement within 30 calendar days calculated from the date after the date when the contracting authority has published a notice in the Official Journal of the European Union stating that the contracting authority has entered into a contract, provided that the notice contains the reasons for the contracting authority’s decision to award the contract without prior publication of a contract notice in the Official Journal of the European Union. Not later than on the date of the filing of an application for a review procedure with the Danish Complaints Board for Public Procurement, the applicant must notify the contracting authority in writing that an application for a review procedure has been filed with the Danish Complaints Board for Public Procurement, see section 6(4) of the Act. Furthermore, the contracting authority must be informed of whether the application for a review procedure has been filed in the stand-still period, see section 3(1) or (2) of the Act, or during the period of 10 calendar days laid down in section 4(1)(ii). In cases where the application for a review procedure has not been filed in the above-mentioned periods, the applicant must also state whether the applicant has applied for a stay pending the outcome of the review procedure, see section 12(1) of the Act. The Danish Complaints Board for Public Procurement’s own review procedure guidelines are available on www.klfu.dk.
Organisation providing additional information about the procurement procedure : Klimadatastyrelsen -
Organisation providing offline access to the procurement documents : Klimadatastyrelsen -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation whose budget is used to pay for the contract : Klimadatastyrelsen
Organisation executing the payment : Klimadatastyrelsen
Organisation signing the contract : Klimadatastyrelsen

6. Results

Value of all contracts awarded in this notice : 5 000 000 Danish krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Alexandra Instituttet
Tender :
Tender identifier : Digital Spring ortho photo 2025-29 - Alexandra Instituttet
Identifier of lot or group of lots : LOT-0000
Value of the tender : 5 000 000 Danish krone
The tender was ranked : no
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : Digital Spring ortho photo 2025-29 - Alexandra Instituttet
Date on which the winner was chosen : 25/05/2025
Date of the conclusion of the contract : 16/06/2025
Organisation signing the contract : Klimadatastyrelsen

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 5
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 3
Range of tenders :
Value of the lowest admissible tender : 4 800 000 Danish krone
Value of the highest admissible tender : 5 750 000 Danish krone

8. Organisations

8.1 ORG-0001

Official name : Klimadatastyrelsen
Registration number : 37284114
Department : Klimadatastyrelsen
Postal address : Sankt Plads 11
Town : København ø
Postcode : 2100
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Eskil Kjærshøj Nielsen
Telephone : +45 72545136
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation signing the contract
Organisation whose budget is used to pay for the contract
Organisation executing the payment

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 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) : Byen København ( DK011 )
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 : Alexandra Instituttet
Size of the economic operator : Medium
Registration number : 24213366
Postal address : Åbogade 34
Town : Aarhus N
Postcode : 8200
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Contact point : Morten Spanner
Telephone : +45 91375718
Internet address : https://alexandra.dk/
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0005

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

11. Notice information

11.1 Notice information

Notice identifier/version : ad8161e9-dd53-4d05-b444-7b27df27dbb4 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 20/06/2025 06:01 +00:00
Notice dispatch date (eSender) : 20/06/2025 08:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00402993-2025
OJ S issue number : 118/2025
Publication date : 24/06/2025