Helicopter Services in Greenland related to GEUS fieldwork 2026-2029

Every year GEUS carries out fieldwork during spring and summer making use of ad hoc and full charter helicopter services. GEUS mainly uses smaller single-engine helicopters and work often takes place in unmapped areas. On occasion GEUS organizes geological field trips for professionals and VIP visitors. GEUS expects a continued …

CPV: 60424120 Iznajmljivanje helikoptera s posadom
rok:
11. studenoga 2025. 11:00
vrsta roka:
nadmetanje
mjesto izvršenja:
Helicopter Services in Greenland related to GEUS fieldwork 2026-2029
registar:
De Nationale Geologiske Undersøgelser for Danmark og Grønland
nagradni broj:
2025-97

1. Buyer

1.1 Buyer

Official name : De Nationale Geologiske Undersøgelser for Danmark og Grønland
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 : Helicopter Services in Greenland related to GEUS fieldwork 2026-2029
Description : Every year GEUS carries out fieldwork during spring and summer making use of ad hoc and full charter helicopter services. GEUS mainly uses smaller single-engine helicopters and work often takes place in unmapped areas. On occasion GEUS organizes geological field trips for professionals and VIP visitors. GEUS expects a continued strong commitment in Greenland for the years to come, a commitment that implies the use of helicopter services in all parts of Greenland. The need of helicopter assistance for GEUS operations varies between 150 and 250 hours per year with an average of 219 hours (2016-2019) for both full charter and ad hoc operations. GEUS expects similar fieldwork activities for the years to come. To ensure the supply of helicopter services for such fieldwork activities GEUS wishes to enter Framework Agreements with one or more experienced service providers that can provide GEUS with helicopter services in Greenland for a four-year period. For practical purposes, six geographical zones (A–F), “areas of performance”, have been defined, which together cover all of Greenland, see Enclosure 3 Technical and Operational Specifications Helicopter Services in Greenland 2026 - 2029 for a map of the areas.
Procedure identifier : 9ce8ddf0-e776-44f3-ae0f-ddb8468a2254
Internal identifier : 2025-97
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60424120 Hire of helicopters with crew

2.1.2 Place of performance

Country : Greenland
Anywhere in the given country
Additional information : Helicopter services to support geological fieldwork can take place in all parts of Greenland. For practical purposes, six geographic areas of operation (A–F) have been defined, see Enclosure 3, Technical and Operational Specifications, paragraph 1.3 + map.

2.1.3 Value

Estimated value excluding VAT : 18 000 000 Danish krone

2.1.4 General information

Additional information : 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), 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); - 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), 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. Tenderers from Greenland can use the solemn declaration regarding exclusion grounds attached to the tender. 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. 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. 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. 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

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 12
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 12

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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
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).
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)
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).
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.
Child labour and including 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).
Grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Early termination, damages, or other comparable sanctions : Has the economic operator experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract?
Breaching obligation relating to 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?
Breaching obligation relating to 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?
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Ad Hoc Services - Area A
Description : This sub-contract pertains to Ad Hoc Services within Area A. Ad Hoc Services - Take-offs and landings from unprepared sites in the field, often in poorly mapped areas - Mobilization and moves of field-teams (number of passengers may vary) and field equipment - Sling of instruments and cargo to and in between field sites - Landing on ice - VIP trips.
Internal identifier : 1-0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60424120 Hire of helicopters with crew

5.1.2 Place of performance

Country : Greenland
Anywhere in the given country
Additional information : For practical purposes, six geographical zones (A–F), “areas of performance”, have been defined, which together cover all of Greenland, see Enclosure 3 Technical and Operational Specifications Helicopter Services in Greenland 2026 - 2029 for a map of the areas.

5.1.3 Estimated duration

Duration : 5 Year

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Optional extension of the duration of the framework agreement by 12 months is intended to create the basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.

5.1.5 Value

Maximum value of the framework agreement : 20 000 000 Danish krone

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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.10 Award criteria

Criterion :
Type : Price
Name : Economy
Description : See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : The evaluation of quality is composed of three sub-sub-criteria: Helicopter – technical/operational solutions (25 %) Qualifications of company staff (35 %) Remediation plan (40 %) See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50

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, Danish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 11/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 4 Month
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 : Service Provider must take out and pay for all relevant and sufficient insurances, including an insurance that covers any harm to passengers or passenger equipment. An insurance certificate must be provided upon request from GEUS.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Justification for the duration of the framework agreement : Optional extension of the duration of the framework agreement by 12 months is intended to createthe basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.
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 more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

5.1 Lot technical ID : LOT-0002

Title : Ad Hoc Services - Area B
Description : This sub-contract pertains to Ad Hoc Services within Area B. Ad Hoc Services - Take-offs and landings from unprepared sites in the field, often in poorly mapped areas - Mobilization and moves of field-teams (number of passengers may vary) and field equipment - Sling of instruments and cargo to and in between field sites - Landing on ice - VIP trips.
Internal identifier : 2-3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60424120 Hire of helicopters with crew

5.1.2 Place of performance

Country : Greenland
Anywhere in the given country
Additional information : For practical purposes, six geographical zones (A–F), “areas of performance”, have been defined, which together cover all of Greenland, see Enclosure 3 Technical and Operational Specifications Helicopter Services in Greenland 2026 - 2029 for a map of the areas.

5.1.3 Estimated duration

Duration : 5 Year

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Optional extension of the duration of the framework agreement by 12 months is intended to create the basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.

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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.10 Award criteria

Criterion :
Type : Price
Name : Economy
Description : See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : The evaluation of quality is composed of three sub-sub-criteria: Helicopter – technical/operational solutions (25 %) Qualifications of company staff (35 %) Remediation plan (40 %) See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50

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, Danish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 11/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 4 Month
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 : Service Provider must take out and pay for all relevant and sufficient insurances, including an insurance that covers any harm to passengers or passenger equipment. An insurance certificate must be provided upon request from GEUS.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Justification for the duration of the framework agreement : Optional extension of the duration of the framework agreement by 12 months is intended to createthe basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.
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 more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

5.1 Lot technical ID : LOT-0003

Title : Ad Hoc Services - Area C
Description : This sub-contract pertains to Ad Hoc Services within Area C Ad Hoc Services - Take-offs and landings from unprepared sites in the field, often in poorly mapped areas - Mobilization and moves of field-teams (number of passengers may vary) and field equipment - Sling of instruments and cargo to and in between field sites - Landing on ice - VIP trips.
Internal identifier : 3-4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60424120 Hire of helicopters with crew

5.1.2 Place of performance

Country : Greenland
Anywhere in the given country
Additional information : For practical purposes, six geographical zones (A–F), “areas of performance”, have been defined, which together cover all of Greenland, see Enclosure 3 Technical and Operational Specifications Helicopter Services in Greenland 2026 - 2029 for a map of the areas.

5.1.3 Estimated duration

Duration : 5 Year

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Optional extension of the duration of the framework agreement by 12 months is intended to create the basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.

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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.10 Award criteria

Criterion :
Type : Price
Name : Economy
Description : See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : The evaluation of quality is composed of three sub-sub-criteria: Helicopter – technical/operational solutions (25 %) Qualifications of company staff (35 %) Remediation plan (40 %) See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50

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, Danish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 11/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 4 Month
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 : Service Provider must take out and pay for all relevant and sufficient insurances, including an insurance that covers any harm to passengers or passenger equipment. An insurance certificate must be provided upon request from GEUS.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Justification for the duration of the framework agreement : Optional extension of the duration of the framework agreement by 12 months is intended to createthe basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.
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 more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

5.1 Lot technical ID : LOT-0004

Title : Ad Hoc Services - Area D
Description : This sub-contract pertains to Ad Hoc Services within Area D. Ad Hoc Services - Take-offs and landings from unprepared sites in the field, often in poorly mapped areas - Mobilization and moves of field-teams (number of passengers may vary) and field equipment - Sling of instruments and cargo to and in between field sites - Landing on ice - VIP trips.
Internal identifier : 4-5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60424120 Hire of helicopters with crew

5.1.2 Place of performance

Country : Greenland
Anywhere in the given country
Additional information : For practical purposes, six geographical zones (A–F), “areas of performance”, have been defined, which together cover all of Greenland, see Enclosure 3 Technical and Operational Specifications Helicopter Services in Greenland 2026 - 2029 for a map of the areas.

5.1.3 Estimated duration

Duration : 5 Year

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Optional extension of the duration of the framework agreement by 12 months is intended to create the basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.

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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.10 Award criteria

Criterion :
Type : Price
Name : Economy
Description : See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : The evaluation of quality is composed of three sub-sub-criteria Helicopter – technical/operational solutions (25 %) Qualifications of company staff (35 %) Remediation plan (40 %) See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50

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, Danish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 11/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 4 Month
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 : Service Provider must take out and pay for all relevant and sufficient insurances, including an insurance that covers any harm to passengers or passenger equipment. An insurance certificate must be provided upon request from GEUS.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Justification for the duration of the framework agreement : Optional extension of the duration of the framework agreement by 12 months is intended to createthe basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.
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 more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

5.1 Lot technical ID : LOT-0005

Title : Ad Hoc Services - Area E
Description : This sub-contract pertains to Ad Hoc Services within Area E. Ad Hoc Services - Take-offs and landings from unprepared sites in the field, often in poorly mapped areas - Mobilization and moves of field-teams (number of passengers may vary) and field equipment - Sling of instruments and cargo to and in between field sites - Landing on ice - VIP trips.
Internal identifier : 5-6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60424120 Hire of helicopters with crew

5.1.2 Place of performance

Country : Greenland
Anywhere in the given country
Additional information : For practical purposes, six geographical zones (A–F), “areas of performance”, have been defined, which together cover all of Greenland, see Enclosure 3 Technical and Operational Specifications Helicopter Services in Greenland 2026 - 2029 for a map of the areas.

5.1.3 Estimated duration

Duration : 5 Year

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Optional extension of the duration of the framework agreement by 12 months is intended to create the basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.

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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.10 Award criteria

Criterion :
Type : Price
Name : Economy
Description : See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : The evaluation of quality is composed of three sub-sub-criteria: Helicopter – technical/operational solutions (25 %) Qualifications of company staff (35 %) Remediation plan (40 %) See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50

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, Danish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 11/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 4 Month
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 : Service Provider must take out and pay for all relevant and sufficient insurances, including an insurance that covers any harm to passengers or passenger equipment. An insurance certificate must be provided upon request from GEUS.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Justification for the duration of the framework agreement : Optional extension of the duration of the framework agreement by 12 months is intended to createthe basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.
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 more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

5.1 Lot technical ID : LOT-0006

Title : Ad Hoc Services - Area F
Description : This sub-contract pertains to Ad Hoc Services within Area F. Ad Hoc Services - Take-offs and landings from unprepared sites in the field, often in poorly mapped areas - Mobilization and moves of field-teams (number of passengers may vary) and field equipment - Sling of instruments and cargo to and in between field sites - Landing on ice - VIP trips.
Internal identifier : 6-7

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60424120 Hire of helicopters with crew

5.1.2 Place of performance

Country : Greenland
Anywhere in the given country
Additional information : For practical purposes, six geographical zones (A–F), “areas of performance”, have been defined, which together cover all of Greenland, see Enclosure 3 Technical and Operational Specifications Helicopter Services in Greenland 2026 - 2029 for a map of the areas.

5.1.3 Estimated duration

Duration : 5 Year

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Optional extension of the duration of the framework agreement by 12 months is intended to create the basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.

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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.10 Award criteria

Criterion :
Type : Price
Name : Economy
Description : See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : The evaluation of quality is composed of three sub-sub-criteria: Helicopter – technical/operational solutions (25 %) Qualifications of company staff (35 %) Remediation plan (40 %) See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50

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, Danish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 11/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 4 Month
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 : Service Provider must take out and pay for all relevant and sufficient insurances, including an insurance that covers any harm to passengers or passenger equipment. An insurance certificate must be provided upon request from GEUS.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Justification for the duration of the framework agreement : Optional extension of the duration of the framework agreement by 12 months is intended to createthe basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.
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 more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

5.1 Lot technical ID : LOT-0007

Title : Full Charter Operations - Area A
Description : This sub-contract pertains to Full Charter Operations within Area A. Full Charter Operations - Numerous take-offs and landings from unprepared sites in the field, most often in poorly mapped areas - Mobilization and moving of field-teams (2-4 persons) and field equipment - Mobilization and moving of drilling rig and equipment associated with a drilling camp, including extensive long-line sling operations - Sling operations on land or to/from ship (e.g. moving fuel barrels) - Geological reconnaissance, geological sampling, grid sampling, photography, etc. including numerous brief ground-stops for sample collection, etcetera. - Stereophotography or photogrammetric flying (should be undertaken with the sliding door open, conditions permitting), or remote sensing acquisition, possibly with hyperspectral camera mounted outside of helicopter (e.g. on a ‘filming-pole’) with an option to draw power from the helicopter. - Landing on ice.
Internal identifier : 7-8

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60424120 Hire of helicopters with crew

5.1.2 Place of performance

Country : Greenland
Anywhere in the given country
Additional information : For practical purposes, six geographical zones (A–F), “areas of performance”, have been defined, which together cover all of Greenland, see Enclosure 3 Technical and Operational Specifications Helicopter Services in Greenland 2026 - 2029 for a map of the areas.

5.1.3 Estimated duration

Duration : 5 Year

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Optional extension of the duration of the framework agreement by 12 months is intended to createthe basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.

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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.10 Award criteria

Criterion :
Type : Price
Name : Economy
Description : See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : The evaluation of quality is composed of sub-sub-criteria: Helicopter – technical/operational solutions (25 %) Qualifications of company staff (35 %) Remediation plan (40 %) See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50

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, Danish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 11/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 4 Month
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 : Service Provider must take out and pay for all relevant and sufficient insurances, including an insurance that covers any harm to passengers or passenger equipment. An insurance certificate must be provided upon request from GEUS.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Justification for the duration of the framework agreement : Optional extension of the duration of the framework agreement by 12 months is intended to createthe basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.
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 more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

5.1 Lot technical ID : LOT-0008

Title : Full Charter Operations - Area B
Description : This sub-contract pertains to Full Charter Operations within Area B. Full Charter Operations - Numerous take-offs and landings from unprepared sites in the field, most often in poorly mapped areas - Mobilization and moving of field-teams (2-4 persons) and field equipment - Mobilization and moving of drilling rig and equipment associated with a drilling camp, including extensive long-line sling operations - Sling operations on land or to/from ship (e.g. moving fuel barrels) - Geological reconnaissance, geological sampling, grid sampling, photography, etc. including numerous brief ground-stops for sample collection, etcetera. - Stereophotography or photogrammetric flying (should be undertaken with the sliding door open, conditions permitting), or remote sensing acquisition, possibly with hyperspectral camera mounted outside of helicopter (e.g. on a ‘filming-pole’) with an option to draw power from the helicopter. - Landing on ice.
Internal identifier : 8-9

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60424120 Hire of helicopters with crew

5.1.2 Place of performance

Country : Greenland
Anywhere in the given country
Additional information : For practical purposes, six geographical zones (A–F), “areas of performance”, have been defined, which together cover all of Greenland, see Enclosure 3 Technical and Operational Specifications Helicopter Services in Greenland 2026 - 2029 for a map of the areas.

5.1.3 Estimated duration

Duration : 5 Year

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Optional extension of the duration of the framework agreement by 12 months is intended to createthe basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.

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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.10 Award criteria

Criterion :
Type : Price
Name : Economy
Description : See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : The evaluation of quality is composed of three sub-sub-criteria: Helicopter – technical/operational solutions (25 %) Qualifications of company staff (35 %) Remediation plan (40 %) See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50

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, Danish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 11/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 4 Month
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 : Service Provider must take out and pay for all relevant and sufficient insurances, including an insurance that covers any harm to passengers or passenger equipment. An insurance certificate must be provided upon request from GEUS.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Justification for the duration of the framework agreement : Optional extension of the duration of the framework agreement by 12 months is intended to createthe basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.
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 more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

5.1 Lot technical ID : LOT-0009

Title : Full Charter Operations - Area C
Description : This sub-contract pertains to Full Charter Operations within Area C. Full Charter Operations - Numerous take-offs and landings from unprepared sites in the field, most often in poorly mapped areas - Mobilization and moving of field-teams (2-4 persons) and field equipment - Mobilization and moving of drilling rig and equipment associated with a drilling camp, including extensive long-line sling operations - Sling operations on land or to/from ship (e.g. moving fuel barrels) - Geological reconnaissance, geological sampling, grid sampling, photography, etc. including numerous brief ground-stops for sample collection, etcetera. - Stereophotography or photogrammetric flying (should be undertaken with the sliding door open, conditions permitting), or remote sensing acquisition, possibly with hyperspectral camera mounted outside of helicopter (e.g. on a ‘filming-pole’) with an option to draw power from the helicopter. - Landing on ice.
Internal identifier : 9-10

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60424120 Hire of helicopters with crew

5.1.2 Place of performance

Country : Greenland
Anywhere in the given country
Additional information : For practical purposes, six geographical zones (A–F), “areas of performance”, have been defined, which together cover all of Greenland, see Enclosure 3 Technical and Operational Specifications Helicopter Services in Greenland 2026 - 2029 for a map of the areas.

5.1.3 Estimated duration

Duration : 5 Year

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Optional extension of the duration of the framework agreement by 12 months is intended to createthe basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.

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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.10 Award criteria

Criterion :
Type : Price
Name : Economy
Description : See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : The evaluation of quality is composed of three sub-sub-criteria: Helicopter – technical/operational solutions (25 %) Qualifications of company staff (35 %) Remediation plan (40 %) See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50

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, Danish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 11/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 4 Month
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 : Service Provider must take out and pay for all relevant and sufficient insurances, including an insurance that covers any harm to passengers or passenger equipment. An insurance certificate must be provided upon request from GEUS.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Justification for the duration of the framework agreement : Optional extension of the duration of the framework agreement by 12 months is intended to createthe basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.
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 more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

5.1 Lot technical ID : LOT-0010

Title : Full Charter Operations - Area D
Description : This sub-contract pertains to Full Charter Operations within Area D. Full Charter Operations - Numerous take-offs and landings from unprepared sites in the field, most often in poorly mapped areas - Mobilization and moving of field-teams (2-4 persons) and field equipment - Mobilization and moving of drilling rig and equipment associated with a drilling camp, including extensive long-line sling operations - Sling operations on land or to/from ship (e.g. moving fuel barrels) - Geological reconnaissance, geological sampling, grid sampling, photography, etc. including numerous brief ground-stops for sample collection, etcetera. - Stereophotography or photogrammetric flying (should be undertaken with the sliding door open, conditions permitting), or remote sensing acquisition, possibly with hyperspectral camera mounted outside of helicopter (e.g. on a ‘filming-pole’) with an option to draw power from the helicopter. - Landing on ice.
Internal identifier : 10-11

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60424120 Hire of helicopters with crew

5.1.2 Place of performance

Country : Greenland
Anywhere in the given country
Additional information : For practical purposes, six geographical zones (A–F), “areas of performance”, have been defined, which together cover all of Greenland, see Enclosure 3 Technical and Operational Specifications Helicopter Services in Greenland 2026 - 2029 for a map of the areas.

5.1.3 Estimated duration

Duration : 5 Year

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Optional extension of the duration of the framework agreement by 12 months is intended to createthe basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.

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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.10 Award criteria

Criterion :
Type : Price
Name : Economy
Description : See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : The evaluation of quality is composed of three sub-sub-criteria: Helicopter – technical/operational solutions (25 %) Qualifications of company staff (35 %) Remediation plan (40 %) See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50

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, Danish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 11/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 4 Month
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 : Service Provider must take out and pay for all relevant and sufficient insurances, including an insurance that covers any harm to passengers or passenger equipment. An insurance certificate must be provided upon request from GEUS.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Justification for the duration of the framework agreement : Optional extension of the duration of the framework agreement by 12 months is intended to createthe basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.
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 more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

5.1 Lot technical ID : LOT-0011

Title : Full Charter Operations - Area E
Description : This sub-contract pertains to Full Charter Operations within Area E. Full Charter Operations - Numerous take-offs and landings from unprepared sites in the field, most often in poorly mapped areas - Mobilization and moving of field-teams (2-4 persons) and field equipment - Mobilization and moving of drilling rig and equipment associated with a drilling camp, including extensive long-line sling operations - Sling operations on land or to/from ship (e.g. moving fuel barrels) - Geological reconnaissance, geological sampling, grid sampling, photography, etc. including numerous brief ground-stops for sample collection, etcetera. - Stereophotography or photogrammetric flying (should be undertaken with the sliding door open, conditions permitting), or remote sensing acquisition, possibly with hyperspectral camera mounted outside of helicopter (e.g. on a ‘filming-pole’) with an option to draw power from the helicopter. - Landing on ice.
Internal identifier : 11-12

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60424120 Hire of helicopters with crew

5.1.2 Place of performance

Country : Greenland
Anywhere in the given country
Additional information : For practical purposes, six geographical zones (A–F), “areas of performance”, have been defined, which together cover all of Greenland, see Enclosure 3 Technical and Operational Specifications Helicopter Services in Greenland 2026 - 2029 for a map of the areas.

5.1.3 Estimated duration

Duration : 5 Year

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Optional extension of the duration of the framework agreement by 12 months is intended to createthe basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.

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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.10 Award criteria

Criterion :
Type : Price
Name : Economy
Description : See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : The evaluation of quality is composed of three sub-sub-criteria: Helicopter – technical/operational solutions (25 %) Qualifications of company staff (35 %) Remediation plan (40 %) See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50

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, Danish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 11/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 4 Month
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 : Service Provider must take out and pay for all relevant and sufficient insurances, including an insurance that covers any harm to passengers or passenger equipment. An insurance certificate must be provided upon request from GEUS.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Justification for the duration of the framework agreement : Optional extension of the duration of the framework agreement by 12 months is intended to createthe basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.
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 more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

5.1 Lot technical ID : LOT-0012

Title : Full Charter Operations - Area F
Description : This sub-contract pertains to Full Charter Operations within Area F. Full Charter Operations - Numerous take-offs and landings from unprepared sites in the field, most often in poorly mapped areas - Mobilization and moving of field-teams (2-4 persons) and field equipment - Mobilization and moving of drilling rig and equipment associated with a drilling camp, including extensive long-line sling operations - Sling operations on land or to/from ship (e.g. moving fuel barrels) - Geological reconnaissance, geological sampling, grid sampling, photography, etc. including numerous brief ground-stops for sample collection, etcetera. - Stereophotography or photogrammetric flying (should be undertaken with the sliding door open, conditions permitting), or remote sensing acquisition, possibly with hyperspectral camera mounted outside of helicopter (e.g. on a ‘filming-pole’) with an option to draw power from the helicopter. - Landing on ice.
Internal identifier : 12-13

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60424120 Hire of helicopters with crew

5.1.2 Place of performance

Country : Greenland
Anywhere in the given country
Additional information : For practical purposes, six geographical zones (A–F), “areas of performance”, have been defined, which together cover all of Greenland, see Enclosure 3 Technical and Operational Specifications Helicopter Services in Greenland 2026 - 2029 for a map of the areas.

5.1.3 Estimated duration

Duration : 5 Year

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Optional extension of the duration of the framework agreement by 12 months is intended to createthe basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.

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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.10 Award criteria

Criterion :
Type : Price
Name : Economy
Description : See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : The evaluation of quality is composed of three sub-sub-criteria Helicopter – technical/operational solutions (25 %) Qualifications of company staff (35 %) Remediation plan (40 %) See section 9 of the Invitation to Tender for further details.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50

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, Danish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 11/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 4 Month
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 : Service Provider must take out and pay for all relevant and sufficient insurances, including an insurance that covers any harm to passengers or passenger equipment. An insurance certificate must be provided upon request from GEUS.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Justification for the duration of the framework agreement : Optional extension of the duration of the framework agreement by 12 months is intended to createthe basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and anoverall more cost-beneficial settlement for the purchasing part.
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 more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

8. Organisations

8.1 ORG-0001

Official name : De Nationale Geologiske Undersøgelser for Danmark og Grønland
Registration number : 55145016
Department : De Nationale Geologiske Undersøgelser for Danmark og Grønland
Postal address : Øster Voldgade 10
Town : København K
Postcode : 1350
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : 38142000
Roles of this organisation :
Buyer

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 : 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 : 343a66ea-9cee-4827-87d9-4f68847d170b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/10/2025 15:14 +00:00
Notice dispatch date (eSender) : 10/10/2025 16:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00675195-2025
OJ S issue number : 197/2025
Publication date : 14/10/2025