VCS-NextG

The Danish Air Navigation Service Provider, Naviair, intends to procure and put into operation a new Main Voice Communication System (VCS) in Copenhagen Air Traffic Control Center (ATCC) and Copenhagen Tower and Copenhagen Contingency Tower (VCS1), a VCS Test System (VCS2) and a Simulator VCS (VCS3). The Danish Air Navigation …

CPV: 32344270 Rádiós és telefonos vezérlőrendszerek, 50000000 Javítási és karbantartási szolgáltatások
A végrehajtás helye:
VCS-NextG
Díjat odaítélő szervezet:
Naviair
Díj száma:
2025

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : VCS-NextG
Description : The Danish Air Navigation Service Provider, Naviair, intends to procure and put into operation a new Main Voice Communication System (VCS) in Copenhagen Air Traffic Control Center (ATCC) and Copenhagen Tower and Copenhagen Contingency Tower (VCS1), a VCS Test System (VCS2) and a Simulator VCS (VCS3).
Procedure identifier : 096e7b30-0c02-4342-8d1d-b07abe35bde1
Internal identifier : 2025
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : Naviair is entitled to limit the number of candidates who are prequalified. If more than 3 candidates fulfil the minimum requirements for participation and are not subject to grounds of exclusion Naviair will limit the number of candidates who will be invited to tender. Naviair will select a maximum of 3 candidates who are deemed to provide the best basis for competition. The selection of candidates will be based on an evaluation of which candidates have the most robust economy and also the majority and most relevant previous deliveries (references) in comparison to the purchase described in section 2 (Voice Communication System for Air Traffic Control). The evaluation will be based on the economic information listed in the European Single Procurement Document (ESPD) according to section 5.1.9 and list of references according to section 5.1.9. The candidates may where necessary rely on the capacity of other entities in relation to the fulfilment of requirements relating to the economic and financial capacity, or to its technical and professional abilities. If a candidate wants to rely on the capacities of other entities,it shall prove to the contracting authority (Naviair) that it will have at its disposal the capacities necessary. The candidate (or the entity whose capacities the candidate relies on) is automatically excluded from the prequalification phase if the candidate (or the entity) is subject to any of the exclusion grounds listed in articles 57(1), 57(2) and 57(4) in directive 2014/24/EU.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 32344270 Radio and telephone control system
Additional classification ( cpv ): 50000000 Repair and maintenance services

2.1.2 Place of performance

Postal address : Naviair Allé 1
Town : Kastrup
Postcode : 2770
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : The Danish Air Navigation Service Provider, Naviair, intends to procure and put into operation a new Main Voice Communication System (VCS) in Copenhagen Air Traffic Control Center (ATCC) and Copenhagen Tower and Copenhagen Contingency Tower (VCS1), a VCS Test System (VCS2) and a Simulator VCS (VCS3). All three systems are situated in Kastrup, Denmark, but on different locations. The new VCS(s) must be a combined radio and telephone system and use full VoIP based technology and comply to the EUROCAE standards: ED-136, ED-137 and ED-138 for safe and reliable execution of Air Traffic Management Services (ATM) furthermore it must comply with regulation (EU) 2023/1768 and 2023/1769 on conformity assessments. The systems must support communication via VoIP as well as legacy interfaces such as MFC and 4 wire E&M. The Capacity of the main VCS (VCS1) will be approx. 100 CWPs, 200 Radio and 100 Telephone connections, with an option to expand the system with more CWPs, Radio and Telephone interfaces. The Test VCS (VCS2) must functionality wise be representative for the offered “Main VCS” to be used for test and simulation of future changes and updates in this. The Capacity of the Simulator VCS (VCS3) is approx. 35 CWPs for the use of simulator pilots, adjacent ATS units and trainees. The contract will also include configuration, documentation, training and a service level agreement. Please note that radios and line infrastructure are not a part of this tender.

2.1.4 General information

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

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : 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).
Breaching of obligations in the fields of environmental law : Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
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-0000

Title : VCS-NextG
Description : The Danish Air Navigation Service Provider, Naviair, intends to procure and put into operation a new Main Voice Communication System (VCS) in Copenhagen Air Traffic Control Center (ATCC) and Copenhagen Tower and Copenhagen Contingency Tower (VCS1), a VCS Test System (VCS2) and a Simulator VCS (VCS3).
Internal identifier : 2025

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 32344270 Radio and telephone control system
Additional classification ( cpv ): 50000000 Repair and maintenance services
Options :
Description of the options : The Capacity of the main VCS (VCS1) will be approx. 100 CWPs, 200 Radio and 100 Telephone connections, with an option to expand the system with more CWPs, Radio and Telephone interfaces. The Test VCS (VCS2) must functionality wise be representative for the offered “Main VCS” to be used for test and simulation of future changes and updates in this. The Capacity of the Simulator VCS (VCS3) is approx. 35 CWPs for the use of simulator pilots, adjacent ATS units and trainees. The contract will also include configuration, documentation, training and a service level agreement.

5.1.2 Place of performance

Postal address : Naviair Allé 1
Town : Kastrup
Postcode : 2770
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : The Danish Air Navigation Service Provider, Naviair, intends to procure and put into operation a new Main Voice Communication System (VCS) in Copenhagen Air Traffic Control Center (ATCC) and Copenhagen Tower and Copenhagen Contingency Tower (VCS1), a VCS Test System (VCS2) and a Simulator VCS (VCS3). All three systems are situated in Kastrup, Denmark, but on different locations. The new VCS(s) must be a combined radio and telephone system and use full VoIP based technology and comply to the EUROCAE standards: ED-136, ED-137 and ED-138 for safe and reliable execution of Air Traffic Management Services (ATM) furthermore it must comply with regulation (EU) 2023/1768 and 2023/1769 on conformity assessments. The systems must support communication via VoIP as well as legacy interfaces such as MFC and 4 wire E&M. The Capacity of the main VCS (VCS1) will be approx. 100 CWPs, 200 Radio and 100 Telephone connections, with an option to expand the system with more CWPs, Radio and Telephone interfaces. The Test VCS (VCS2) must functionality wise be representative for the offered “Main VCS” to be used for test and simulation of future changes and updates in this. The Capacity of the Simulator VCS (VCS3) is approx. 35 CWPs for the use of simulator pilots, adjacent ATS units and trainees. The contract will also include configuration, documentation, training and a service level agreement. Please note that radios and line infrastructure are not a part of this tender.

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Information about previous notices :
Identifier of the previous notice : 254918-2024
Additional information : A contract cannot be awarded to companies with Russian affiliation, cf. Council Regulation (EU) 2022/1269 of 21 July 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia's actions destabilising the situation in Ukraine. In connection with submitting an application, the tenderer must therefore complete a declaration of honour to this effect.

5.1.7 Strategic procurement

Green Procurement Criteria : No Green Public Procurement criteria

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included with the following justification
Justification : Systemet skal erstatte system i eksisterende miljøer hvorfor tilgængelighed er uændret.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : The candidate must submit the European Single Procurement Document (“ESPD”) with the following financial ratio for the three (3) recent financial years: Profit margin/ratio; Return of investment (ROI); Solvency ratio; Liquidity ratio; Return on equity (ROE) and size of equity. In case the information concerning financial ratios are not available for the entire period required, the candidate must state in the ESPD the date on which the candidate was set up or started trading. In case the information concerning financial ratios are not available - profit/loss (income statement) and balance sheet for the past 3 years can be submitted instead. A candidate it automatically excluded from the prequalification phase if the company has a negative equity within the recent financial year. If the candidate is composed of a group of entities (e.g. consortium), including temporary joint ventures, none of the entities must have a negative equity in the recent financial year. If the candidate relies on the economic and financial standing of an entity or entities, the entity (entities) must not have negative equity in the recent financial year.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified services
Description : Technical and professional ability. In the ESPD the economic operator must deliver:• Information of the principial similar deliveries as covered by this tender for the past 5 years (specified by contract amount, description of the VoIP VCS systems incl. number of CWPs, recipients, subcontractors and period of delivery). By similar deliveries means VoIP Voice Communications systems for radio and telephone, in operation for Air Traffic Control and compatible with EUROCAE Standards ED-136, ED-137 and ED-138. Naviair reserves the right to contact the candidate and/or the recipients of the deliveries in order to verify the information stated in the ESPD, including details on the specified dates of the performance of the deliveries. The reference list shall for each reference as minimum include: o Name of Referenced Customero Location of the VCS (e.g. Copenhagen ATCC) o Date of Contracto Date of approved Acceptance Test and/or Commissioning date o Type of VCSo Number of CWPso Number (approx.) of radios used in the system. A prerequisite to be invited to give an offer is that the company: • Has more than 5 years of experience with Voice Communication System for Air Traffic Control in the EU. • Is a supplier of a VCS product for mission critical operation with a core based on VoIP • Has references that verifies that they have experience with implementing VCS systems, with a core based on VoIP, for Air Traffic Control according to the standards ED-136, 137 and 138. • Has references to VCS systems with a capacity similar or higher, than the VCS-NextG main VCS (VCS1). • The referenced systems must have different hardware and software than Naviairs Radio Back-up System which is based on the CERTIUM VCS-4G product family. The reason why the hardware and software shall be different is that Naviairs existing Back-up Radio System shall act as Backup in case of failure of Naviairs Main VCS in Copenhagen ATCC and TWR. A candidate is automatically excluded if: 1) The candidate fails to deliver a minimum of one (1) reference demonstrating delivery of VoIP VCS system 2) The candidate fails to deliver references to experienced employees considered experts in Air Traffic Control Voice communication systems delivered in the Eurocontrol area.3) The candidate fails to provide evidence for organized company structure and systematic work processes as, demonstrated by: (a) Certification by recognized standards such as ISO 9001.(b) Safety Assessment Methodology (SAM) of Eurocontrol.(c) Ample justification for non-adherence to acceptable standard and practices. 4) Young and startup companies (younger than 3 years old) are excluded unless a very good case is made for the trustworthiness of the company (e.g. in terms of ANSP technology experience, new company identity from older experienced companies, etc.)
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Measures for ensuring quality
Description : In the ESPD the economic operator must deliver: A description of the technical facilities and measures used by the candidate for ensuring quality and the undertakings development facilities in relation to equipment for VoIP VCSs and system design; including all relevant certifications and standards.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Relevant educational and professional qualifications
Description : In the ESPD the economic operator must deliver: The educational and professional qualifications of the candidate and/or those of the undertaking’s managerial staff, and particularly those of the persons responsible for providing the VoIP VCS systems.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Certificates by independent bodies about quality assurance standards
Description : In the ESPD the economic operator must deliver: The candidate must deliver information on whether he is able to provide the required certificates drawn up by official control institutes or agencies or recognized competence testing the conformity of products clearly identified by references to the technical specifications or standards, which are set out in the procurement documents.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 2
Maximum number of candidates to be invited for the second stage of the procedure : 3
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Total purchase price for system
Description : Total price of system including options
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Service Level Agreement
Description : The highest degree of documented compliance to requirements for the Service Level Agreement. See Guidelines To Tender for specific description.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Compliance to requirements
Description : See Guidelines to Tender for specifications
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Product Quality
Description : See Guidelines to Tender for specifications
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Product Maturity
Description : See Guidelines to Tender for specifications
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Cost
Name : Operational Life Cycle costs
Description : Operational Life Cycle Cost excluding purchase price (price of system and options)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Justification for restricting access to certain procurement documents : Protection of particularly sensitive information
Languages in which the procurement documents are officially available : English
Information about restricted documents is available at : https://eu.eu-supply.com/ctm/company/companyinformation/index/290627

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : For the winning tenderer on-demand guarantees are required for prepayments according to Contract Terms.
Deadline for receipt of requests to participate : 14/10/2025 11:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : According to Danish Tender Act Naviair may, subject to the principles set out in Section 2 of the Danish Tender Act, request the applicant or tenderer to supplement, clarify or complete the application or tender by submitting relevant information or documentation within an appropriate period of time, if the information or documents submitted by the applicant or tenderer in connection with an application or tender are incomplete or incorrect, or when specific documents are missing. The request may not lead to the applicant or tenderer submitting a new application or tender.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : On demand guarantees is mandatory for prepayments. A contract template is part of the tender material.
A non-disclosure agreement is required : yes
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes
Legal form that must be taken by a group of tenderers that is awarded a contract : In the event that the candidate intends to form or participate in a consortium to fulfil the contractual undertakings, the candidate’s application shall include the information and means of proof required under section III: Economic and financial ability; and Technical capacity with respect to the participants of the consortium. If the contract is awarded to a consortium, the participants shall assume joint and several liability and appoint a common agent who represents and acts on behalf of the participating parties.
Financial arrangement : On demand guarantees are mandatory for prepayment

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

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

8. Organisations

8.1 ORG-0001

Official name : Naviair
Registration number : 26059763
Postal address : Naviair Allé 1
Town : Kastrup
Postcode : 2770
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : Charlotte Perch Hellinghus
Telephone : +45 32478912
Internet address : https://www.naviair.dk/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The Danish Complaints Board for Public Procurement
Registration number : 37795526
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +45 72405600
Internet address : https://naevneneshus.dk
Roles of this organisation :
Review organisation

8.1 ORG-0003

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

8.1 ORG-0004

Official name : Danish Competition and Consumer Authority
Registration number : 10294819
Postal address : Carl Jacobsensvej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0005

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

8.1 ORG-0006

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

8.1 ORG-0007

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : d31ace8f-de05-4afe-9ca2-499d6def8942 - 02
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/09/2025 10:22 +00:00
Notice dispatch date (eSender) : 09/09/2025 14:01 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00594541-2025
OJ S issue number : 174/2025
Publication date : 11/09/2025