Agreement regarding Biometric Stations

On 7 July 2025, the contracting authority submitted contract notice 447398-2025 for "Agreement regarding Biometric Stations" with the below description. See "Description of the procedure" in this notice. I) Background and purpose The Danish Ministry og Foreign Affairs (“MFA)” comprises the Ministry located in Copenhagen and a global network of …

CPV: 30233310 Czytniki odcisków palców, 35125110 Czujniki biometryczne, 38650000 Sprzęt fotograficzny, 38651000 Aparaty fotograficzne, 72253200 Usługi w zakresie wsparcia systemu, 72250000 Usługi w zakresie konserwacji i wsparcia systemów, 72253000 Usługi pomocy komputerowej i podobne, 72261000 Usługi pomocnicze w zakresie oprogramowania
Miejsce wykonania:
Agreement regarding Biometric Stations
Miejsce udzielenia zamówienia:
Udenrigsministeriet
Numer nagrody:
4031623

1. Buyer

1.1 Buyer

Official name : Udenrigsministeriet
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Agreement regarding Biometric Stations
Description : On 7 July 2025, the contracting authority submitted contract notice 447398-2025 for "Agreement regarding Biometric Stations" with the below description. See "Description of the procedure" in this notice. I) Background and purpose The Danish Ministry og Foreign Affairs (“MFA)” comprises the Ministry located in Copenhagen and a global network of embassies, consulates-General and Trade Commissions. The MFA wishes to conclude an agreement with one supplier regarding the delivery, support and maintenance of both stationary and mobile biometric stations. The biometric stations shall support the process related to issue of primarily passports at the MFA’s embassies around the world. The agreement regulates the development, delivery, support, and maintenance of the biometric stations. II) Main Services: The agreement covers the following main services: A) Implementation Services B) Delivery of biometric stations C) Maintenance and support A: Implementation Services The Supplier shall commence the delivery of Implementation Services immediately upon signing the Agreement. These services shall ensure that the Supplier can deliver biometric stations that are compatible with the Customer’s IT environment and support the intended use of the Biometric Stations. The Implementation Services include: a. Delivery of one Stationary Biometric Station b. Delivery of one Mobile Biometric Station c. Development and delivery of an API for installation on the Operator’s PCs. The API shall control the Stationary Biometric Station via a user interface for the Operator. d. Integration with the Customer’s operations provider (Statens IT) e. Delivery of Documentation f. Training of the Customer’s technical personnel The Implementation Services shall be delivered with due involvement of the Customer’s staff. Regardless, the Supplier is responsible for the overall planning and management of the process. B: Delivery Biometric Stations The Supplier shall deliver Stationary Biometric Stations and Mobile Biometric Stations for capture of biometrics for primarily passports. Stationary Biometric Stations shall mean a stationary device that uses embedded components to capture of photo, fingerprint, and signature of a person in at least a seated position. The Stationary Biometric Station shall be mounted to wall or floor depending on the individual operating scenario where the station shall be put into operation. The Customer expects to buy 100 stationary biometric stations during the term of the Agreement. Mobile Biometric Stations shall mean a mobile device that uses embedded components to capture photo, fingerprint, and signature of a person in at least a seated position. The size and shape of the mobile station allows it to be taken with you when travelling by car, bus, train, boat, and plane, for example. The Customer expects to buy 70 mobile biometric stations during the term of the Agreement. The Biometric stations shall include all parts such as computer/tablet, light stand, background etc. to the extent necessary in order to capture biometrics of a quality which comply with the requirements stated in the Agreement. C: Maintenance and support The Supplier shall provide support and maintenance for delivered Biometric Stations, covering all parts of the stations, including both hardware and software. Maintenance includes all proactive actions necessary to ensure that the solution operates in compliance with the requirements. This encompasses ongoing technical maintenance, preventive measures, and updates. Support includes all reactive actions arising from incidents or other support inquiries. The support shall address all types of questions related to the Biometric Stations and must include the possibility to provide support via video calls. The Supplier shall expect to collaborate with the Customer's operational supplier and technicians related to support and maintenance. In case of incidents requiring the replacement of components, the Supplier shall deliver the necessary components to the Customer, who will handle the replacement using its own technical staff. *** In general, reference is made to the tender material for more information.
Procedure identifier : 842cded7-132e-4776-b402-aeb3b9bbb2d6
Previous notice : f308d2b7-455d-4448-b967-f6abe2e329db-01
Internal identifier : 4031623
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 : On 7 July 2025, the contracting authority submitted contract notice 447398-2025 for "Agreement regarding Biometric Stations". The contracting entity has subsequently become aware of an error in the tender material. The contracting entity has on that basis decided to cancel the tendering procedure. The errors will be corrected and a new tendering procedure will be published.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 38650000 Photographic equipment
Additional classification ( cpv ): 30233310 Fingerprint readers
Additional classification ( cpv ): 35125110 Biometric sensors
Additional classification ( cpv ): 38651000 Cameras
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72253000 Helpdesk and support services
Additional classification ( cpv ): 72253200 Systems support services
Additional classification ( cpv ): 72261000 Software support services

2.1.2 Place of performance

Postal address : Asiatisk Plads 2
Town : København V
Postcode : 1448
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 45 000 000 Danish krone

2.1.4 General information

Additional information : On 7 July 2025, the contracting authority submitted contract notice 447398-2025 for "Agreement regarding Biometric Stations". The contracting entity has subsequently become aware of an error in the tender material. The contracting entity has on that basis decided to cancel the tendering procedure. The errors will be corrected and a new tendering procedure will be published.
Legal basis :
Directive 2014/24/EU
Danish Public Procurement Act (Act No. 1564 of 15 December 2015 as amended) - The tender procedure is covered by the Danish Public Procurement Act (Act No. 1564 of 15 December 2015 as amended), which implements the Public Procurement Directive (Directive 2014/24/EU).

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework Agreement regarding Biometric Stations
Description : On 7 July 2025, the contracting authority submitted contract notice 447398-2025 for "Agreement regarding Biometric Stations" with the below description. See "Description of the procedure" in this notice. I) Background and purpose The Danish Ministry og Foreign Affairs (“MFA)” comprises the Ministry located in Copenhagen and a global network of embassies, consulates-General and Trade Commissions. The MFA wishes to conclude an agreement with one supplier regarding the delivery, support and maintenance of both stationary and mobile biometric stations. The biometric stations shall support the process related to issue of primarily passports at the MFA’s embassies around the world. The agreement regulates the development, delivery, support, and maintenance of the biometric stations. II) Main Services: The agreement covers the following main services: A) Implementation Services B) Delivery of biometric stations C) Maintenance and support A: Implementation Services The Supplier shall commence the delivery of Implementation Services immediately upon signing the Agreement. These services shall ensure that the Supplier can deliver biometric stations that are compatible with the Customer’s IT environment and support the intended use of the Biometric Stations. The Implementation Services include: a. Delivery of one Stationary Biometric Station b. Delivery of one Mobile Biometric Station c. Development and delivery of an API for installation on the Operator’s PCs. The API shall control the Stationary Biometric Station via a user interface for the Operator. d. Integration with the Customer’s operations provider (Statens IT) e. Delivery of Documentation f. Training of the Customer’s technical personnel The Implementation Services shall be delivered with due involvement of the Customer’s staff. Regardless, the Supplier is responsible for the overall planning and management of the process. B: Delivery Biometric Stations The Supplier shall deliver Stationary Biometric Stations and Mobile Biometric Stations for capture of biometrics for primarily passports. Stationary Biometric Stations shall mean a stationary device that uses embedded components to capture of photo, fingerprint, and signature of a person in at least a seated position. The Stationary Biometric Station shall be mounted to wall or floor depending on the individual operating scenario where the station shall be put into operation. The Customer expects to buy 100 stationary biometric stations during the term of the Agreement. Mobile Biometric Stations shall mean a mobile device that uses embedded components to capture photo, fingerprint, and signature of a person in at least a seated position. The size and shape of the mobile station allows it to be taken with you when travelling by car, bus, train, boat, and plane, for example. The Customer expects to buy 70 mobile biometric stations during the term of the Agreement. The Biometric stations shall include all parts such as computer/tablet, light stand, background etc. to the extent necessary in order to capture biometrics of a quality which comply with the requirements stated in the Agreement. C: Maintenance and support The Supplier shall provide support and maintenance for delivered Biometric Stations, covering all parts of the stations, including both hardware and software. Maintenance includes all proactive actions necessary to ensure that the solution operates in compliance with the requirements. This encompasses ongoing technical maintenance, preventive measures, and updates. Support includes all reactive actions arising from incidents or other support inquiries. The support shall address all types of questions related to the Biometric Stations and must include the possibility to provide support via video calls. The Supplier shall expect to collaborate with the Customer's operational supplier and technicians related to support and maintenance. In case of incidents requiring the replacement of components, the Supplier shall deliver the necessary components to the Customer, who will handle the replacement using its own technical staff. *** In general, reference is made to the tender material for more information.
Internal identifier : 4031623

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 38650000 Photographic equipment
Additional classification ( cpv ): 30233310 Fingerprint readers
Additional classification ( cpv ): 35125110 Biometric sensors
Additional classification ( cpv ): 38651000 Cameras
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72253000 Helpdesk and support services
Additional classification ( cpv ): 72253200 Systems support services
Additional classification ( cpv ): 72261000 Software support services

5.1.2 Place of performance

Postal address : Asiatisk Plads 2
Town : København V
Postcode : 1448
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 96 Month

5.1.5 Value

Estimated value excluding VAT : 45 000 000 Danish krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Information about previous notices :
Identifier of the previous notice : 118470-2024
Additional information : On 7 July 2025, the contracting authority submitted contract notice 447398-2025 for "Agreement regarding Biometric Stations". The contracting entity has subsequently become aware of an error in the tender material. The contracting entity has on that basis decided to cancel the tendering procedure. The errors will be corrected and a new tendering procedure will be published.

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See Tender Specifications, Appendix A.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : See Tender Specifications, Appendix A.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Information about review deadlines : Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk ), the following deadlines apply to the lodging of complaints: Complaints of not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act. 4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the complaint was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act. The e-mail address of the Complaints Board for Public Procurement is klfu@naevneneshus.dk . The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/.
Organisation providing additional information about the procurement procedure : Udenrigsministeriet
Organisation providing offline access to the procurement documents : Udenrigsministeriet
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

6. Results

6.1 Result lot ldentifier : LOT-0000

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 0

8. Organisations

8.1 ORG-0001

Official name : Udenrigsministeriet
Registration number : 4024777
Department : Udenrigsministeriet
Postal address : Asiatisk Plads 2
Town : København K
Postcode : 1448
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Mikkel Mølgaard
Telephone : +45 22336597
Internet address : https://um.dk/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

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) : 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-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 : 8583a9b5-eda6-4f33-8a34-d1da75a3e760 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 09/07/2025 07:51 +00:00
Notice dispatch date (eSender) : 09/07/2025 07:55 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00449678-2025
OJ S issue number : 130/2025
Publication date : 10/07/2025