Passementeries & Trimmings

Danish Ministry of Defence Acquisition and Logistics Organisation (DALO) has put acquisition of Passementeries and trimmings up for tender. The Passementeries and trimmings will be sewn directly on the uniforms or used as accessories to the uniform. These items are mainly used by; the Army, Air Force, Home Guard and …

CPV: 03332000 Wool and animal hair, 03332200 Animal hair, 14523200 Gold, 14523300 Silver, 18000000 Clothing, footwear, luggage articles and accessories, 19210000 Woven fabrics, 19200000 Textile fabrics and related items, 19220000 Woollen fabrics, 19400000 Textile yarn and thread
Place of execution:
Passementeries & Trimmings
Awarding body:
Danish Ministry of Defence Acquisition and Logistics Organisation
Award number:
2023/002862

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

2. Procedure

2.1 Procedure

Title : Passementeries & Trimmings
Description : Danish Ministry of Defence Acquisition and Logistics Organisation (DALO) has put acquisition of Passementeries and trimmings up for tender. The Passementeries and trimmings will be sewn directly on the uniforms or used as accessories to the uniform. These items are mainly used by; the Army, Air Force, Home Guard and the Danish Emergency Management Agency (DEMA). The Passementeries and trimmings will be used for the uniforms mainly, during military service, for parades, ceremony events etc. Passementeries and trimmings particularly include; gold/textile military laces, aiguillettes, lanyards, twisted & braided chin strap for caps, wool & gold tassels, woolen & silver neck strap with toggle buttons, woolen & silver mantequets, silver slides. The items are made on the basis of DALO’s Technical References and Technical Drawings. As part of the framework agreement the supplier shall also assist DALO in delivering services in connection with modifying excisting items or/and introducting new items if needed, which have the same nature as the items included in the framework agreement.
Procedure identifier : b0ce36d0-9875-46e6-af58-4ad69a9d60ec
Previous notice : d87ba55c-39e5-47d9-838e-27f3526af8f5-01
Internal identifier : 2023/002862
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The negotiation phase is generally expected to proceed as follows: After receiving the initial tenders, negotiation meetings will be held with the tenderers. During the negotiation process, the tenderers can ask questions in writing about the tender material and the subject of the contract. Following the negotiations, DALO may issue a revised tender material for a further initial or final offer. Tenderers will at the same time be informed hereof with a request to submit an initial or final tender. After receiving the final tenders, DALO conducts tender evaluation and decides on the award of the contract. DALO reserves the right to award the agreement regard on based on the first indicative offer of any subsequent indicative offers. Reference is made to the more detailed description in the tender conditions.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 03332000 Wool and animal hair
Additional classification ( cpv ): 03332200 Animal hair
Additional classification ( cpv ): 14523200 Gold
Additional classification ( cpv ): 14523300 Silver
Additional classification ( cpv ): 19200000 Textile fabrics and related items
Additional classification ( cpv ): 19210000 Woven fabrics
Additional classification ( cpv ): 19220000 Woollen fabrics
Additional classification ( cpv ): 19400000 Textile yarn and thread

2.1.2 Place of performance

Postal address : Arsenalvej 55
Town : Hjoerring
Postcode : 9800
Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 15 000 000 Danish krone
Maximum value of the framework agreement : 45 000 000 Danish krone

2.1.4 General information

Additional information : The agreement is not divided into lots since a division of the agreement will undermine the economies of scale obtainable by one agreement. The estimated value of the framework agreement is DKK 15.000.000, and the maximum value of the agreement is DKK 45.000.000. The reason for the difference between the stated values is the uncertainty regarding the final value of the agreement, see below. Hence, the estimated value constitutes DALO’s most qualified estimate of the value of the agreement at the present moment, while the maximum value constitutes the maximum value of purchases under the agreement in its duration. The uncertainty regarding the final value of the framework agreement is primarily caused by uncertainty regarding exactly how extensively the deliverables under the agreement will be distributed in the Danish Defence. If it is decided that the deliverables in question are to be used by more groups of personnel than what is actually decided for now, this will lead to a significantly larger expenditure under the agreement than what is expected at the moment.
Legal basis :
Directive 2014/24/EU
The Danish Public Procurement Act (Act no. 1564 of 15 December 2015, as amended). - The Danish Public Procurement Act implements the Public Procurement Directive (2014/24/EU) in Danish law.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Passementeries & Trimmings
Description : Danish Ministry of Defence Acquisition and Logistics Organisation (DALO) has put acquisition of Passementeries and trimmings up for tender. The Passementeries and trimmings will be sewn directly on the uniforms or used as accessories to the uniform. These items are mainly used by; the Army, Air Force, Home Guard and the Danish Emergency Management Agency (DEMA). The Passementeries and trimmings will be used for the uniforms mainly, during military service, for parades, ceremony events etc. Passementeries and trimmings particularly include; gold/textile military laces, aiguillettes, lanyards, twisted & braided chin strap for caps, wool & gold tassels, woolen & silver neck strap with toggle buttons, woolen & silver mantequets, silver slides. The items are made on the basis of DALO’s Technical References and Technical Drawings. As part of the framework agreement the supplier shall also assist DALO in delivering services in connection with modifying excisting items or/and introducting new items if needed, which have the same nature as the items included in the framework agreement.
Internal identifier : 2023/002862

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 03332000 Wool and animal hair
Additional classification ( cpv ): 03332200 Animal hair
Additional classification ( cpv ): 14523200 Gold
Additional classification ( cpv ): 14523300 Silver
Additional classification ( cpv ): 19200000 Textile fabrics and related items
Additional classification ( cpv ): 19210000 Woven fabrics
Additional classification ( cpv ): 19220000 Woollen fabrics
Additional classification ( cpv ): 19400000 Textile yarn and thread

5.1.2 Place of performance

Postal address : Arsenalvej 55
Town : Hjoerring
Postcode : 9800
Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 10 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The agreement period is 4 years. The agreement can be renewed 2 times with options of 3 years each, which requires both DALO and the suppliers' accept. The reason for the duration of the agreement up to ten years (with options included) relies on the extraordinary circumstances related to the start up of the agreement. The Passementeries and trimmings items are highly advanced and partly/ completely hand made. Therefore, it will take several years before all reference samples on the agreement will be approved by DALO and DALO will be able to place an order/ several orders of the different items and get deliveries.

5.1.5 Value

Estimated value excluding VAT : 15 000 000 Danish krone
Maximum value of the framework agreement : 45 000 000 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
Information about previous notices :
Identifier of the previous notice : 376895-2023
Identifier of the previous notice : 327002-2024
Additional information : The agreement is not divided into lots since a division of the agreement will undermine the economies of scale obtainable by one agreement. The estimated value of the framework agreement is DKK 15.000.000, and the maximum value of the agreement is DKK 45.000.000. The reason for the difference between the stated values is the uncertainty regarding the final value of the agreement, see below. Hence, the estimated value constitutes DALO’s most qualified estimate of the value of the agreement at the present moment, while the maximum value constitutes the maximum value of purchases under the agreement in its duration. The uncertainty regarding the final value of the framework agreement is primarily caused by uncertainty regarding exactly how extensively the deliverables under the agreement will be distributed in the Danish Defence. If it is decided that the deliverables in question are to be used by more groups of personnel than what is actually decided for now, this will lead to a significantly larger expenditure under the agreement than what is expected at the moment.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See tender documents for further details about the award criterions.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : -Finishing quality -Material quality See tender documents for further details about the award criterions.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
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 section 7(2) of the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for filing a complaint apply: 1) Forty-five calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) Thirty calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 3) Six months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2), or section 171(4) of the Public Procurement Act. The complainant must inform the contracting entity of the complaint in writing not later than simultaneously with the lodging of the complaint to the Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, see section 3(1) or (2). 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). The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Additional buyer coverage : The agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence, is entitled to use the agreement for procurement on the terms and conditions of the 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 section 7(2) of the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for filing a complaint apply: 1) Forty-five calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) Thirty calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 3) Six months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2), or section 171(4) of the Public Procurement Act. The complainant must inform the contracting entity of the complaint in writing not later than simultaneously with the lodging of the complaint to the Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, see section 3(1) or (2). 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). The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.
Organisation providing additional information about the procurement procedure : Danish Ministry of Defence Acquisition and Logistics Organisation -
Organisation providing offline access to the procurement documents : Danish Ministry of Defence Acquisition and Logistics Organisation -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation signing the contract : Danish Ministry of Defence Acquisition and Logistics Organisation

6. Results

Maximum value of the framework agreements in this notice : 45 000 000 Danish krone
Approximate value of the framework agreements : 15 000 000 Danish krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 45 000 000 Danish krone
Re-estimated value of the framework agreement : 15 000 000 Danish krone

6.1.2 Information about winners

Winner :
Official name : The Wyedean Weaving Co Ltd
Tender :
Tender identifier : Passementeries & Trimmings
Identifier of lot or group of lots : LOT-0000
The tender was ranked : no
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : 25-C0018
Title : Passementeries and trimmings
Date on which the winner was chosen : 22/04/2025
Date of the conclusion of the contract : 19/05/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Danish Ministry of Defence Acquisition and Logistics Organisation

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 : Requests to participate
Number of tenders or requests to participate received : 4
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 3
Type of received submissions : Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received : 2
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 3

8. Organisations

8.1 ORG-0001

Official name : Danish Ministry of Defence Acquisition and Logistics Organisation
Registration number : ORG-16-28-71-80
Department : Sourcing Division
Postal address : Lautrupbjerg 1-5
Town : Ballerup
Postcode : 2750
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : Caroline Rytter Larsen
Telephone : +45 72815306
Internet address : https://www.fmi.dk
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

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : ORG-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 : ORG-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 : The Wyedean Weaving Co Ltd
Registration number : 180145290
Postal address : Bridgehouse Mill, Bridgehouse Lane
Town : Harworth
Postcode : BD22 8PA
Country subdivision (NUTS) : Leicester ( UKF21 )
Country : United Kingdom
Contact point : Debra Wright
Telephone : 1535643077
Internet address : https://www.wyedean.com/
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 : 7f175336-c7eb-4be5-908a-cc15ebde8403 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 13/06/2025 12:47 +00:00
Notice dispatch date (eSender) : 13/06/2025 12:51 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00391416-2025
OJ S issue number : 114/2025
Publication date : 17/06/2025