Aqusition of a container-based solution for roadside inspections to the Danish Road-Traffic Authorities (Færdselsstyrelsen)

This invitation to tender concerns a container-based solution holding equipment for roadside inspections. The container baser solution must be with mechanical operating functions to be transported, loaded and unloaded, off a standard cargo vehicle (truck). The truck is not a part of this tender but will be acquired elsewhere. The …

CPV: 34000000 Transport equipment and auxiliary products to transportation, 34220000 Trailers, semi-trailers and mobile containers, 34221100 Mobile incident units
spriocdháta:
MFómh. 22, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Aqusition of a container-based solution for roadside inspections to the Danish Road-Traffic Authorities (Færdselsstyrelsen)
clárlann:
Færdselsstyrelsen
uimhir dámhachtana:
Aqusition of a container-based solution for roadside inspections to the Danish Road-Traffic Authorities (Færdselsstyrelsen)

1. Buyer

1.1 Buyer

Official name : Færdselsstyrelsen
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Aqusition of a container-based solution for roadside inspections to the Danish Road-Traffic Authorities (Færdselsstyrelsen)
Description : This invitation to tender concerns a container-based solution holding equipment for roadside inspections. The container baser solution must be with mechanical operating functions to be transported, loaded and unloaded, off a standard cargo vehicle (truck). The truck is not a part of this tender but will be acquired elsewhere. The Container will contain various equipment for completing roadside inspections as prescribed in DIRECTIVE 2014/47/EU OF THE EUROPEAN PARLIAMENT AND OF THE COUNCIL of 3 April 2014 on the technical roadside inspection of the roadworthiness of commercial vehicles circulating in the Union and repealing Directive 2000/30/EC. The container-based solution must hold the following equipment: • Control screen and reporting tool • Scale for valid axle load weighing • Roller brake tester (slip tester) • Play detector • Inspection camera • LED lighting capable of illuminating the entire work area • Operator compartment alongside the test lane • Height alarm for warning vehicles exceeding the maximum height upon entry The container-based solution shall be delivered in Denmark on time of delivery as defined by the Tenderer.
Procedure identifier : 6749cc6a-df0c-4715-9fb3-65635b235679
Internal identifier : Aqusition of a container-based solution for roadside inspections to the Danish Road-Traffic Authorities (Færdselsstyrelsen)
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Open procedure where all entities who fulfil the suitability and minimum requirements may submit a tender.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34220000 Trailers, semi-trailers and mobile containers
Additional classification ( cpv ): 34221100 Mobile incident units

2.1.2 Place of performance

Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Additional information : Place of delivery is in Ribe, Denmark.

2.1.4 General information

Additional information : The Contracting Authority has decided not to divide the Contract into lots. Out of consideration for the quality and coherence of the collected assignment for which tenders are invited, it is found expedient to have one overall Contract, as a division into lots, based on market conditions, is not assessed to give additional enterprises – including SMEs – an increased opportunity to submit tenders. The Tenderer is requested to seek to clarify any ambiguities and uncertainties by asking questions about the invitation to tender. All questions must be asked in ETHICS by clicking ‘Send Questions’ under the ‘Communication’ tab. The dialogue box is then filled in with reference and question. By clicking ‘Send’, the question is forwarded to the Contracting Authority. The Contracting Authority answers questions by uploading a question/answer document, see Contract Appendix 3. According to the time schedule in clause 1.8, questions received before the deadline for submission of questions will be answered by the Contracting Authority, whereas questions received after the deadline will only be answered if the nature of the question does not make it disproportionately onerous for the Contracting Authority to answer the question within the response deadline. Questions received later than six (6) whole days before the tender deadline, respectively, will generally not be answered. Technical questions about the use of ETHICS must be submitted to the support service: +45 70 22 70 07 or by clicking the ‘Customer Service’ icon in ETHICS. If the Tenderer, the association’s participants or other entities are from Denmark, the documentation is presented in the form of a service certificate from the Danish Business Authority. The service certificate must contain information from: • The Enforcement Court vs The Danish Court Administration • The Danish Customs and Tax Administration • The Danish Labour Market Supplementary Pension Fund (ATP) • The Police (the Danish Central Crime Register) o Please note that a ‘declaration of consent’ must be filled in, signed and uploaded when ordering the service certificate. The service certificate is ordered from Virk.dk The service certificate must be maximum 6 months old calculated from the date set by the Contracting Authority as the deadline for the submission of a request for documentation. The processing time with the Danish Business Authority is approximately two (2) weeks from when the order has been received. If the Tenderer, one or more of the participants in the association or other entities is/are not from Denmark, the types of documentation stated in e-Certis must generally be produced. E-Certis is an online information system which is to be used to find the right documentation to be used by EU Member States in connection with invitations to tender and procurement procedures. If these countries do not issue the relevant certificates or documents, or if the issued certificates or documents do not cover all the relevant cases, they can be replaced by a sworn declaration. If such a sworn declaration is not used in the country in question, a solemn declaration may be used instead. Complaints regarding the tender procedure must be submitted to the Danish authority "Danish Complaints Board for Public Procurement" ("Klagenævnet for udbud") within: 1) Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. 2) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date); 3) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision; 4) 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision 5) 20 calendar days starting the day after the contracting authority has notified about its decision, cf. the Public Procurement Act, section 185, subsection 2, 2nd sentence. The Complaints Board for Public Procurement's own complaints guide can be found at www.naevneneshus.dk .
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
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.
Arrangement with creditors : Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
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).
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).
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).
Child labour and 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).
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator : Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
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?
Business activities are suspended : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Aqusition of a container-based solution for roadside inspections to the Danish Road-Traffic Authorities (Færdselsstyrelsen)
Description : This invitation to tender concerns a container-based solution holding equipment for roadside inspections. The container baser solution must be with mechanical operating functions to be transported, loaded and unloaded, off a standard cargo vehicle (truck). The truck is not a part of this tender but will be acquired elsewhere. The Container will contain various equipment for completing roadside inspections as prescribed in DIRECTIVE 2014/47/EU OF THE EUROPEAN PARLIAMENT AND OF THE COUNCIL of 3 April 2014 on the technical roadside inspection of the roadworthiness of commercial vehicles circulating in the Union and repealing Directive 2000/30/EC. The container-based solution must hold the following equipment: • Control screen and reporting tool • Scale for valid axle load weighing • Roller brake tester (slip tester) • Play detector • Inspection camera • LED lighting capable of illuminating the entire work area • Operator compartment alongside the test lane • Height alarm for warning vehicles exceeding the maximum height upon entry The container-based solution shall be delivered in Denmark on time of delivery as defined by the Tenderer.
Internal identifier : Aqusition of a container-based solution for roadside inspections to the Danish Road-Traffic Authorities (Færdselsstyrelsen)

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34220000 Trailers, semi-trailers and mobile containers
Additional classification ( cpv ): 34221100 Mobile incident units
Quantity : 1 piece

5.1.2 Place of performance

Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Additional information : Place of delivery is in Ribe, Denmark.

5.1.3 Estimated duration

Other duration : Unknown

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 : The Contracting Authority has decided not to divide the Contract into lots. Out of consideration for the quality and coherence of the collected assignment for which tenders are invited, it is found expedient to have one overall Contract, as a division into lots, based on market conditions, is not assessed to give additional enterprises – including SMEs – an increased opportunity to submit tenders. The Tenderer is requested to seek to clarify any ambiguities and uncertainties by asking questions about the invitation to tender. All questions must be asked in ETHICS by clicking ‘Send Questions’ under the ‘Communication’ tab. The dialogue box is then filled in with reference and question. By clicking ‘Send’, the question is forwarded to the Contracting Authority. The Contracting Authority answers questions by uploading a question/answer document, see Contract Appendix 3. According to the time schedule in clause 1.8, questions received before the deadline for submission of questions will be answered by the Contracting Authority, whereas questions received after the deadline will only be answered if the nature of the question does not make it disproportionately onerous for the Contracting Authority to answer the question within the response deadline. Questions received later than six (6) whole days before the tender deadline, respectively, will generally not be answered. Technical questions about the use of ETHICS must be submitted to the support service: +45 70 22 70 07 or by clicking the ‘Customer Service’ icon in ETHICS. If the Tenderer, the association’s participants or other entities are from Denmark, the documentation is presented in the form of a service certificate from the Danish Business Authority. The service certificate must contain information from: • The Enforcement Court vs The Danish Court Administration • The Danish Customs and Tax Administration • The Danish Labour Market Supplementary Pension Fund (ATP) • The Police (the Danish Central Crime Register) o Please note that a ‘declaration of consent’ must be filled in, signed and uploaded when ordering the service certificate. The service certificate is ordered from Virk.dk The service certificate must be maximum 6 months old calculated from the date set by the Contracting Authority as the deadline for the submission of a request for documentation. The processing time with the Danish Business Authority is approximately two (2) weeks from when the order has been received. If the Tenderer, one or more of the participants in the association or other entities is/are not from Denmark, the types of documentation stated in e-Certis must generally be produced. E-Certis is an online information system which is to be used to find the right documentation to be used by EU Member States in connection with invitations to tender and procurement procedures. If these countries do not issue the relevant certificates or documents, or if the issued certificates or documents do not cover all the relevant cases, they can be replaced by a sworn declaration. If such a sworn declaration is not used in the country in question, a solemn declaration may be used instead. Complaints regarding the tender procedure must be submitted to the Danish authority "Danish Complaints Board for Public Procurement" ("Klagenævnet for udbud") within: 1) Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. 2) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date); 3) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision; 4) 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision 5) 20 calendar days starting the day after the contracting authority has notified about its decision, cf. the Public Procurement Act, section 185, subsection 2, 2nd sentence. The Complaints Board for Public Procurement's own complaints guide can be found at www.naevneneshus.dk .

5.1.7 Strategic procurement

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
Name : For supply contracts: performance of deliveries of the specified type
Description : For public supply contracts only: During the reference period, the economic operator has delivered the following principal deliveries of the type specified. Contracting authorities may require up to five years and allow experience dating from more than five years. It is a minimum requirement that the Tenderer submits one (1) reference of a delivery of a container-based solution designed for roadside inspections and equipment with a minimum of: o Control screen and reporting tool o Roller brake tester (slip tester) o Play detector
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The total price of the container-based solution including all obligations of the contract and delivery in Denmark. The total evaluation price will be evaluated relatively and based on a linear score model from 0 – 8 points. The ‘lowest total evaluation price’ among the compliant tenders, is awarded 8 points. A total evaluation price equal to the ‘lowest total evaluation price’ plus 50 % or above will be awarded zero (0) points, however, subject to the use of the below secondary and tertiary evaluation models if the conditions for this have been met.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : The Quality will be evaluated on the basis of the answers provided by the Tenderer in Contract Appendix 2 – Requirements Specification and Tender Response Document, where the Tenderer is requested to answer the matters listed in the appendix followed by af physical inspection of the container-based solution.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Time schedule
Description : This sub-criterion will be evaluated on the basis of the answers provided by the Tenderer in Contract Appendix 1 – Tender List, where the Tenderer is requested to describe a draft overalltime schedule. With their tender, the Tenderer submits a draft overall time schedule covering the production and delivery of the offered container-based solution for roadside inspections. The time schedule must include milestones for the design phase, handover test and delivery time.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 10/09/2025 21:55 +00:00

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
Deadline for receipt of tenders : 22/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 22/09/2025 10:00 +00:00
Additional information : A public opening will not take place
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 : 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 :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for udbud
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate : Færdselsstyrelsen
Organisation processing tenders : Færdselsstyrelsen

8. Organisations

8.1 ORG-0001

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 72405708
Information exchange endpoint (URL) : https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
Roles of this organisation :
Review organisation

8.1 ORG-0002

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-0003

Official name : Færdselsstyrelsen
Registration number : 40850031
Town : Ribe
Postcode : 6760
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : 72 21 88 99
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

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 : 6b7a6a19-86fa-46b6-b006-ae8ba52f1b80 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/07/2025 18:34 +00:00
Notice dispatch date (eSender) : 10/07/2025 18:42 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00456617-2025
OJ S issue number : 132/2025
Publication date : 14/07/2025