Dynamic Purchasing System for Unmanned Aerial Systems

This Dynamic Purchasing System (DPS) is established by DALO and the National Danish Police for the acquisition of Unmanned Aerial Systems (UAS). DALO and the National Danish Police have determined that a DPS can be established under the scope of directive 2009/81/EC (hereafter the Defence and Security Directive), as the …

CPV: 35000000 Security, fire-fighting, police and defence equipment, 35330000 Ammunition, 35613000 Unmanned aerial vehicles, 35613100 Unmanned combat aerial vehicles, 35700000 Military electronic systems, 35720000 Intelligence, surveillance, target acquisition and reconnaissance
Place of execution:
Dynamic Purchasing System for Unmanned Aerial Systems
Awarding body:
Danish Ministry of Defence Acquisition and Logistics Organisation
Award number:
2025/014327

1. Buyer

1.1 Buyer

Official name : Danish Ministry of Defence Acquisition and Logistics Organisation
Legal type of the buyer : Central government authority
Activity of the contracting authority : Defence

1.1 Buyer

Official name : Danish National Police
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Dynamic Purchasing System for Unmanned Aerial Systems
Description : This Dynamic Purchasing System (DPS) is established by DALO and the National Danish Police for the acquisition of Unmanned Aerial Systems (UAS). DALO and the National Danish Police have determined that a DPS can be established under the scope of directive 2009/81/EC (hereafter the Defence and Security Directive), as the establishment of the DPS is carried out as a restricted procedure according to the rules of Defence and Security Directive. Due to platform-technical limitations, this contract notice incorrectly states that the legal basis for this DPS is Directive 2014/24/EU. As the legal basis is deemed to be the Defence and Security Directive, DALO and the Danish National Police seek to purchase unmanned aerial systems which fall under the scope of said directive. Thus, the object of the DPS is military UAS. A UAS is a system that includes an unmanned aerial vehicle (UAV), a control station, datalinks, payload, and accessories. The DPS is divided into two categories: UAS contracts approximately over 410 thousand EUR, and UAS contracts approximately under 410 thousand EUR. The categories are based on the value of the contracts. While The DPS categories are fixed during the duration of the DPS, divergence can occur in terms of the actual value of the contracts under the categories. DALO and the Danish National Police will approximate the value of the contracts and choose what category the tender shall be placed under based on the approximation. The request for participation shall state which categories the applicant wishes to apply for. Applicants can choose to apply for both categories. UAS contracts under both categories can contain requirements for different types of unmanned aerial vehicles such as e.g. fixed-wing, multi-copter or hybrids. UAS contracts within both categories can feature a service agreement and accessories, which could be e.g.: • sensors • computer equipment • software • antenna • ground control stations • wires and cables • batteries • chargers • tether-solutions • storage equipment The UAS contracts can also feature options for additional deliveries. In compliance with recital 18 of the Defence and Security Directive, DALO and the Danish National Police reserve the right to deny applicants that are third-country economic operators admission to the DPS.
Procedure identifier : 62188f66-f314-446b-b44f-76766d4788b1
Internal identifier : 2025/014327
Type of procedure : Other multiple stage procedure
Justification for the accelerated procedure :
Main features of the procedure : Please note that each candidate/applicant may only submit one request for participation. DALO has prepared a prequalification questionnaire (“PQQ”) which the candidates are encouraged to use when submitting their applications. The PQQ contains forms and templates for providing information etc. in accordance with the requirements in this Contract Notice. However, it is emphasised that it is the sole responsibility of the candidate that the information provided fulfils the requirements. The PQQ is available at the electronic procurement system. When submitting an offer under the DPS (but not the request for participation/prequalification), the tenderer must submit a declaration stating that the tenderer (1) is not subject to any of the mandatory grounds for exclusion stated in Article 39(1) of the Defence and Security Directive and section 134 a of Act no. 1564 of 15 December 2015, as amended (the “Public Procurement Act”), and (2) to which degree the tenderer has unpaid overdue debt in relation to taxes or social security contributions under Danish law or under the law of the country in which the tenderer is established. A template for the declaration will be provided with the tender documents, which the tenderer may use. If the tenderer is composed of a group of entities (e.g. a consortium), including temporary joint ventures, a declaration must be submitted for each participating entity. Even if a candidate or a tenderer is subject to an exclusion ground, it will not be excluded if it has provided sufficient documentation that it is reliable. DALO will decide whether the documentation is sufficient. DALO’s assessment will be made according to the guidelines in section 138(1)-(4) of the Danish Act no. 1564 of 15 December 2015, as amended (the “Public Procurement Act”). According to the Defence and Security Directive, a candidate may rely on the economic and financial standing and/or technical and/or professional capacity of other entities, regardless of the legal nature of the links with the entities. If a candidate intends to rely on other entities and wants the capacity of such other entities to be taken into account when DALO assesses the suitability of the candidate, the candidate must prove that the other entities will and are obliged to provide the relevant resources at the disposal of the candidate. A template for a declaration from the supporting entity to this effect is included in the PQQ referred to above.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 35613000 Unmanned aerial vehicles
Additional classification ( cpv ): 35330000 Ammunition
Additional classification ( cpv ): 35613100 Unmanned combat aerial vehicles
Additional classification ( cpv ): 35700000 Military electronic systems
Additional classification ( cpv ): 35720000 Intelligence, surveillance, target acquisition and reconnaissance

2.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : The contracts under the DPS can contain different delivery terms.

2.1.3 Value

Estimated value excluding VAT : 24 000 000 Euro

2.1.4 General information

Additional information : In accordance with section 134a of the Danish Public Procurement Act the contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer is established in a country that is included in the EU list of non-cooperative jurisdictions for tax purposes and has not acceded to the WTO Government Procurement Agreement or other trade agreements committing Denmark to open the public procurement market to tenderers established in that country. However, for reasons of overriding public interest, the contracting entity may refrain from excluding a candidate or tenderer that is subject to the ground for exclusion.
Legal basis :
Directive 2014/24/EU
Ministerial Order No. 1077 of 29 June 2022 - The Ministerial Order, which also contains supplementary provisions, implements the Defence and Security Directive (Directive 2009/81/EC) in Danish law.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Corruption : See Article 39(1)(b) of the Defense and Security Directive.
Participation in a criminal organisation : See Article 39(1)(a) of the Defense and Security Directive.
Money laundering or terrorist financing : See Article 39(1)(e) of the Defense and Security Directive.
Fraud : See Article 39(1)(c) of the Defense and Security Directive.
Payment of social security contributions : DALO will exclude a tenderer which has unpaid overdue debt of DKK 100,000 or more to public authorities in relation to social security contributions under Danish law or under the law of the country in which the tenderer is established, unless the tenderer has provided or will provide collateral for the overdue debt or has entered into an instalment agreement which has not been breached.
Payment of taxes : DALO will exclude a tenderer which has unpaid overdue debt of DKK 100,000 or more to public authorities in relation to taxes under Danish law or under the law of the country in which the tenderer is established, unless the tenderer has provided or will provide collateral for the overdue debt or has entered into an instalment agreement which has not been breached.
Terrorist offences or offences linked to terrorist activities : See Article 39(1)(d) of the Defense and Security Directive.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : UAS contracts approximately over 410 thousand EUR
Description : Category 1- UAS contracts approximately over 410 thousand EUR. UAS contracts under this category can contain different unmanned aerial vehicles such as e.g. fixed-wing, multi-copter or hybrids. Contracts within this category can also feature a service agreement and accessories , which could be e.g.: • sensors • computer equipment • software • antenna • ground control stations • wires and cables • batteries • chargers • tether-solutions • storage equipment The contracts can also feature options for addtional deliveries. The contracts under this category will be greater in terms of financial value.

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 35613000 Unmanned aerial vehicles
Additional classification ( cpv ): 35613100 Unmanned combat aerial vehicles
Additional classification ( cpv ): 35720000 Intelligence, surveillance, target acquisition and reconnaissance
Options :
Description of the options : The contracts under the DPS can contain options for additional deliveries.

5.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : Delivery terms for the contracts under the DPS can differ.

5.1.3 Estimated duration

Start date : 05/08/2025
Duration end date : 31/12/2031

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria : The award criterion is "the most economically advantageous tender". The criteria representing the most economically advantageous tender as well as their weighting will be described in the tender documents. The evaluation model for determining the most economically advantageous tender is based on the commission-model, which requires an offer to meet a threshold of 50 points for quality in order to continue to the second (final) stage of the evaluation. In the final stage of the evaluation, a price per quality point is determined for each tender, which allows DALO to identify the most economically advantageous tender. This model will be described in detail in the tender documents.

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 31/12/2031 22:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

5.1 Lot technical ID : LOT-0002

Title : UAS contracts approximately under 410 thousand EUR
Description : Category 2 - UAS contracts approximately under 410 thousand EUR This category can contain different UAS such as fixed-wing or multi-copter. Contracts under this category can also feature a service agreement and accessories to the UAS such as e.g.: • sensors • computer equipment • software • antenna • ground control stations • wires and cables • batteries • chargers • tether-solutions • storage equipment However, the scope of the contract will be limited in terms of financial value.

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 35000000 Security, fire-fighting, police and defence equipment
Options :
Description of the options : The contracts under the DPS can contain options for addtional deliveries.

5.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information : Contracts under this DPS can have different delivery terms.

5.1.3 Estimated duration

Start date : 05/08/2025
Duration end date : 31/12/2031

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Lowest price.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
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

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 31/12/2031 22:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

8. Organisations

8.1 ORG-0001

Official name : Danish Ministry of Defence Acquisition and Logistics Organisation
Registration number : 16-28-71-80
Postal address : Lautrupbjerg 1-5
Town : Ballerup
Postcode : 2750
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : Rita Andrawes
Telephone : +4529387026
Internet address : https://www.fmi.dk
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Contact point : Klagenævnet for Udbud
Telephone : +45 72405600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Konkurrence- og Forbrugerstyrelsen
Telephone : +45 41715000
Information exchange endpoint (URL) : https://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Danish National Police
Registration number : 17143611
Postal address : Polititorvet 14
Town : Copenhagen V
Postcode : 1780
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Rita Andrawes
Telephone : 29387026
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 7770c766-ed86-4c61-9d66-bdc74681938c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/06/2025 10:56 +00:00
Notice dispatch date (eSender) : 20/06/2025 10:57 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00403428-2025
OJ S issue number : 118/2025
Publication date : 24/06/2025