INFO Next Generation – ATM Information & Support System

The Air Navigation Service Provider in Denmark, Naviair, intends to procure, software and services for implementation of a new air traffic management information support system (Hereafter referred to as the INFO-NG System or ATM Information & Support System) for the Air Traffic Control Tower and the Air Traffic Control Centre …

CPV: 48120000 Flight control software package, 34962000 Air-traffic control equipment
Place of execution:
INFO Next Generation – ATM Information & Support System
Awarding body:
Naviair
Award number:
2025

1. Buyer

1.1 Buyer

Official name : Naviair
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services
Activity of the contracting entity : Airport-related activities

2. Procedure

2.1 Procedure

Title : INFO Next Generation – ATM Information & Support System
Description : The Air Navigation Service Provider in Denmark, Naviair, intends to procure, software and services for implementation of a new air traffic management information support system (Hereafter referred to as the INFO-NG System or ATM Information & Support System) for the Air Traffic Control Tower and the Air Traffic Control Centre (ATCC) situated in Copenhagen (ACC and Copenhagen Tower and contingency tower), Roskilde and Billund (tower/approach).
Procedure identifier : 8ce69792-42c0-400a-b6fa-130a3e2c8358
Internal identifier : 2025
Type of procedure : Other multiple stage procedure
Main features of the procedure : Naviair is entitled to limit the number of candidates who are prequalified. If more than 3 candidates fulfil the minimum requirements for participation and are not subject to grounds of exclusion Naviair will limit the number of candidates who will be invited to tender. Naviair will select a maximum of 3 candidates who are deemed to provide the best basis for competition. The selection of candidates will be based on an evaluation of which candidates have the most robust economy and also the majority and most relevant previous deliveries (references) in comparison to the purchase described in section 2. The evaluation will be based on the economic information listed in the European Single Procurement Document (ESPD) according to section 5.1.9 and list of references according to section 5.1.9. The Candidates may where necessary rely on the capacity of other entities in relation to the fulfilment of requirements relating to the economic and financial capacity, or to its technical and professional abilities. If a Candidate wants to rely on the capacities of other entities,it shall prove to the contracting authority (Naviair) that it will have at its disposal the capacities necessary. The Candidate (or the entity whose capacities the candidate relies on) is automatically excluded from the prequalification phase if the Candidate (or the entity) is subject to any of the exclusion grounds listed in articles 57(1), 57(2) and 57(4) in directive 2014/24/EU.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 48120000 Flight control software package
Additional classification ( cpv ): 34962000 Air-traffic control equipment

2.1.2 Place of performance

Postal address : Naviair Allé 1
Town : Kastrup
Postcode : 2770
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark

2.1.4 General information

Additional information : A contract cannot be awarded to companies with Russian affiliation, cf. Council Regulation (EU) 2022/1269 of 21 July 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia's actions destabilising the situation in Ukraine.In connection with submitting an application, the tenderer must therefore complete a declaration of honour to this effect.
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : INFO Next Generation – ATM Information & Support System
Description : The Air Navigation Service Provider in Denmark, Naviair, intends to procure, software and services for implementation of a new air traffic management information support system (Hereafter referred to as the INFO-NG System or ATM Information & Support System) for the Air Traffic Control Tower and the Air Traffic Control Centre (ATCC) situated in Copenhagen (ACC and Copenhagen Tower and contingency tower), Roskilde and Billund (tower/approach).
Internal identifier : 2025

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 48120000 Flight control software package
Additional classification ( cpv ): 34962000 Air-traffic control equipment
Options :
Description of the options : As options the offer shall include the potential procurement of: 1. Extension of the INFO-NG System to include additional positions. 2. Alerting Service function (Alarm List).

5.1.2 Place of performance

Postal address : Naviair Allé 1
Town : Kastrup
Postcode : 2770
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : A contract cannot be awarded to companies with Russian affiliation, cf. Council Regulation (EU) 2022/1269 of 21 July 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia's actions destabilising the situation in Ukraine.In connection with submitting an application, the tenderer must therefore complete a declaration of honour to this effect.

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 with the following justification
Justification : The system shall replace existing system in an existing it-environment.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Financial ratio
Description : The Candidate must submit the European Single Procurement Document (“ESPD”) with the following financial ratio for the three (3) recent financial years: Profit margin/ratio; Return of investment (ROI); Solvency ratio; Liquidity ratio; Return on equity (ROE) and size of equity. In case the information concerning financial ratios are not available for the entire period required, the Candidate must state in the ESPD the date on which the Candidate was set up or started trading. In case the information concerning financial ratios are not available - profit/loss (income statement) and balance sheet for the past 3 years can be submitted instead. A Candidate is automatically excluded from the prequalification phase if the company has a negative equity within the recent financial year. If the Candidate is composed of a group of entities (e.g. consortium), including temporary joint ventures, none of the entities must have a negative equity in the recent financial year. If the Candidate relies on the economic and financial standing of an entity or entities, the entity (entities) must not have negative equity in the recent financial year.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified services
Description : Technical and professional ability. In the ESPD the Candidate must deliver: • Information of the principial similar deliveries as covered by this tender for the past 3 years (specified by contract amount, description of the ATM Information & Support System, recipients, subcontractors and period of delivery). By similar deliveries means ATM Information & Support System in operation or in final stage of operational validation, preferably in Europe for Air Traffic Control. Naviair reserves the right to contact the Candidate and/or the recipients of the deliveries in order to verify the information stated in the ESPD, including details on the specified dates of the performance of the deliveries. The reference list shall for each reference as minimum include: o Name of referenced customer o Location of the reference system (e.g. Copenhagen ATCC) o Date of Contract o Date of approved Acceptance Test and/or Commissioning date o Number (approx.) of installations (clients) used in the system A prerequisite to be invited to give an offer is that the Candidate: • Has more than 3 years of experience with systems for Air traffic Control or Air Traffic Management in the Eurocontrol area. • Has references that verifies that they have experience with implementing systems for Air traffic Control or Air Traffic Management. • Has references to systems for Air traffic Control or Air Traffic Management with a capacity similar or higher, than the system covered by this Tender. A candidate is automatically excluded if: 1) The Candidate fails to deliver a minimum of one (1) reference demonstrating delivery of Information & Support Systems for Air Traffic Control 2) The Candidate fails to deliver references to experienced employees considered experts in Information & Support Systems for Air Traffic Control delivered in the Eurocontrol area. 3) The Candidate fails to provide evidence for organized company structure and systematic work processes as, demonstrated by: (a) Certification by recognized standards such as ISO 9001. (b) Experience with and use of Safety Assessment Methodology (SAM) of Eurocontrol. (c) Development environment, structures and policies in place allowing production of high-quality software according to ED153/ED109 SWAL level 3 or 4. 4) Young and startup companies (younger than 3 years old) are excluded unless a very good case is made for the trustworthiness of the company (e.g. in terms of ANSP technology experience, new company identity from older experienced companies, etc.)
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Measures for ensuring quality
Description : In the ESPD the Candidate must deliver a description of the technical facilities and measures used by the Candidate for ensuring quality and the undertakings development facilities in relation to equipment for systems for Air traffic Control or Air Traffic Management. and system design; including all relevant certifications and standards.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Relevant educational and professional qualifications
Description : In the ESPD the Candidate must deliver information of the educational and professional qualifications of the Candidate and/or those of the undertaking’s managerial staff, and particularly those of the persons responsible for providing the ATM Information & Support System.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Certificates by quality control institutes
Description : In the ESPD the Candidate must deliver information on whether they are able to provide the required certificates drawn up by official control institutes or agencies or recognized competence testing the conformity of products clearly identified by references to the technical specifications or standards, which are set out in the procurement documents.
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 : 2
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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Total price of system
Description : • Total Price of System excluding Options • Price of Options • Service Level Agreement
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : The Highest Degree of Documented Compliance to Requirements
Description : See Guidelines to Tender
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Product quality
Description : Intuitive HMI (Human Machine Interface), Solution and Architecture e.g. system scalability, flexibility and configurability;
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Product maturity
Description : • Best Technology Readiness Level • Best warranted reliability, availability and maintainability
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Justification for restricting access to certain procurement documents : Protection of particularly sensitive information
Languages in which the procurement documents are officially available : English
Information about restricted documents is available at : https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=439757&B=

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : For the winning tenderer on-demand guarantees are required for prepayments according to Contract Terms.
Deadline for receipt of requests to participate : 28/10/2025 12:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
Additional information : According to Danish Tender Act Naviair may, subject to the principles set out in Section 2 of the Danish Tender Act, request the applicant or tenderer to supplement, clarify or complete the application or tender by submitting relevant information or documentation within an appropriate period of time, if the information or documents submitted by the applicant or tenderer in connection with an application or tender are incomplete or incorrect, or when specific documents are missing. The request may not lead to the applicant or tenderer submitting a new application or tender.
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 : See tender document "Part 2 - Contract"
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : A Candidate/Tenderer might be required to sign a NDA.
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes
Legal form that must be taken by a group of tenderers that is awarded a contract : In the event that the Candidate intends to form or participate in a consortium to fulfil the contractual undertakings, the candidate’s application shall include the information and means of proof required under section III: Economic and financial ability; and Technical capacity with respect to the participants of the consortium. If the contract is awarded to a consortium, the participants shall assume joint and several liability and appoint a common agent who represents and acts on behalf of the participating parties.
Financial arrangement : See tender document "Part 2 - Contract"

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, Nævnenes Hus
Information about review deadlines : As a consequence of Danish Consolidated Act No 448 of 8 May 2025 on the enforcement of procurement rules, etc. there are following deadlines for lodging appeals in Denmark:Complaints about not being pre-qualified shall be submitted to ‘Klagenævnet for Udbud’ (Board of Appeal) within 20 calendar days from the day following the day on which the contracting entity has sent a notification with an explanation of the decision to interested applicants who have been prequalified. In other situations, the complaint against the tender or the decision must be submitted to ‘Klagenævnet for Udbud’ before:1) 45 days after the contracting entity has published a notice in the Official Journal stating that the contracting entity has entered into a contract. The period is calculated from the day following the day on which notice has been published. 2) 30 calendar days from the day following the day on which the contracting entity informed the tenderers that a contract based on a framework contract with reopening of competition or a dynamic purchasing system has been signed, if notification is given a brief explanation of the relevant reasons for the decision.3) 6 months after the entity has signed a framework agreement – calculated from the day after the day on which the contracting entity informed the tenderers and candidates, cf § 2 (2). 4) 20 calendar days from the day following the day on which the contracting entity has announced the decision according to the Danish law of procurement (No 1564 of 15.12.2015) § 185 (2) second sentence. At the latest at the same time as an appeal is sent to ‘Klagenævnet for Udbud’, the appellant shall in writing inform the contracting entity that the complaint will be sent to ‘Klagenævnet for Udbud’, and whether the complaint is filed during the standstill period referred to in § 3. If the appeal has not been lodged in the stand-still period, the appellant must also state whether it is requested that the appeal is granted delaying effect pursuant to § 12 (1).Complaints Guidance: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Danish Customs and Tax Administration
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : The Danish Environmental Protection Agency
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Arbejdstilsynet (Work Environment in Denmark)
Organisation providing additional information about the procurement procedure : Naviair
Organisation providing offline access to the procurement documents : Naviair
Organisation providing more information on the review procedures : Danish Competition and Consumer Authority
Organisation receiving requests to participate : Naviair
Organisation processing tenders : Naviair

8. Organisations

8.1 ORG-0001

Official name : Naviair
Registration number : 26059763
Postal address : Naviair Allé 1
Town : Kastrup
Postcode : 2770
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : Charlotte Perch Hellinghus
Telephone : +45 32478912
Internet address : https://www.naviair.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, Nævnenes Hus
Registration number : 37795526
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +45 72405600
Internet address : https://naevneneshus.dk
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : The Danish Environmental Protection Agency
Registration number : 25798376
Postal address : Tolderlundsvej 5
Town : Odense C
Postcode : 5000
Country subdivision (NUTS) : Fyn ( DK031 )
Country : Denmark
Telephone : +4572544000
Internet address : https://eng.mst.dk/
Roles of this organisation :
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed

8.1 ORG-0004

Official name : Danish Competition and Consumer Authority
Registration number : 10294819
Postal address : Carl Jacobsensvej 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-0005

Official name : Danish Customs and Tax Administration
Registration number : 39883686
Postal address : Nykøbingvej 76, bygn. 45
Town : Sakskøbing
Postcode : 4990
Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark
Telephone : +4572222827
Roles of this organisation :
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

8.1 ORG-0006

Official name : Arbejdstilsynet (Work Environment in Denmark)
Registration number : 21481815
Postal address : Landskronagade 33
Town : København Ø
Postcode : 2100
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Email : at@at.dk
Telephone : +4570121288
Internet address : https://at.dk/en
Roles of this organisation :
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

8.1 ORG-0007

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 : 0ad2bca3-0700-46e1-934d-27262870151e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/09/2025 13:13 +00:00
Notice dispatch date (eSender) : 11/09/2025 12:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00596548-2025
OJ S issue number : 175/2025
Publication date : 12/09/2025