1. Buyer
1.1.
Buyer
Official name: Danish Ministry of Defence Acquisition and Logistics Organisation
The buyer is a contracting entity
2. Procedure
2.1.
Procedure
Title: Acquisition of Cold Weather Boots to the Danish Defence
Description: The Danish Ministry of Defence Acquisition and Logistics Organisation (DALO) wishes to renew the framework agreements concerning the military Combat Boot system. The system consists of 7 framework agreements including specific boots and an assortment of various related footwear whereas this Contract Notice covers the Cold Weather Boots. The Cold Weather Boot shall be for use in cold and dry environment on Greenland and similar areas. DALO is looking for a Cold Weather Boot with a removable warm inner boot and with a sole for use in icy environments like artic areas and similar. The inner boot shall be replaceable. The Cold Weather Boot shall be offered in 2 different versions. The Primary version is for normal military use in very cold and dry environment and the second version is for use in the same area but it shall be possible to use with Cross Country skis 90mm wire bindings. Only the primary version will be evaluated. The Cold Weather Boots must have a lifetime of minimum 12 months of military use. To fully understand the requirements of the Cold Weather Boots see Appendix 1 in the tendering material. The evaluation of the boots includes tests of products samples. DALO is only looking for high quality boots, and after the tenderer has made his best and final offer (BAFO) the offered boot must reach a minimum quality level threshold of at least 7,3 (from 0-10) to continue in the final tendering procedure. DALO reserves the right to award the Agreement based on the INDO1 or on any additional INDOs. In that case DALO will request receipt of all product samples mentioned in Enclosure E – DALO’s test schedule and procedure for testing and evaluation in accordance with Enclosure C – The award criterion and evaluation method - that otherwise should be submitted in connection with BAFO if DALO chooses to award the Agreement based on INDO1 or on any additional INDOs. This also means complying with the minimum quality level threshold. This tender is part of DALO’s larger acquisition of Combat Boots. The total acquisition consists of 5 individual tendering procedures and a total of 7 agreements: 1 tender for combat boots with 2 winners (2 parallel framework agreements) 1 tender for patrol boots with 2 winners (2 parallel framework agreements) 1 tender for desert boots 1 tender for cold weather boots 1 tender for combat safety boots If a Candidate/Tenderer wants to make an application/offer for one of the other agreements, the Candidate/Tenderer has to put forward the application/offer in the respective tendering procedure regarding that specific boot. One (1) Candidate can only make one (1) application in each tendering procedure.
Procedure identifier: 49893e02-2757-49f1-8255-5c6870526ba0
Internal identifier: 2b9b7d35-d762-4784-adb1-9dc6daabdcf5
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: Please note that each Candidate may only submit one request for participation for each tender procedure. DALO has prepared a prequalification questionnaire (“PQQ”) which the Candidates are encouraged to use when submitting their applications. The PQQ contains forms and templates for providing information etc. in accordance with the requirements in this Contract Notice. However, it is emphasised that it is the sole responsibility of the Candidate that the information provided fulfils the requirements. The PQQ is available at the electronic procurement system. When submitting the offer (but not the request for participation/prequalification), the tenderer must submit a declaration stating that the tenderer (1) is not subject to any of the mandatory grounds for exclusion stated in Article 39(1) of the Defence and Security Directive, and (2) to which degree the tenderer has unpaid overdue debt in relation to taxes or social security contributions under Danish law or under the law of the country in which the tenderer is established. A template for the declaration will be provided with the tender documents, which the tenderer may use. If the tenderer is composed of a group of entities (e.g. a consortium), including temporary joint ventures, a declaration must be submitted for each participating entity. Even if a Candidate or a tenderer is subject to an exclusion ground, it will not be excluded if it has provided sufficient documentation that it is reliable. DALO will decide whether the documentation is sufficient. DALO’s assessment will be made according to the guidelines in section 138(1)-(4) of the Danish Act no. 1564 of 15 December 2015, as amended (the “Public Procurement Act”). DALO reserves the right to award the Agreement based on the first indicative offer of any subsequent indicative offers (INDO). See more in the instructions to tenderers document. According to the Defence and Security Directive, a Candidate may rely on the economic and financial standing and/or technical and/or professional capacity of other entities, regardless of the legal nature of the links with the entities. If a Candidate intends to rely on other entities and wants the capacity of such other entities to be taken into account when DALO assesses the suitability of the Candidate, the Candidate must prove that the other entities will and are obliged to provide the relevant resources at the disposal of the candidate. A template for a declaration from the supporting entity to this effect is included in the PQQ referred to above.
2.1.1.
Purpose
Main nature of the contract: Supplies
Main classification (cpv): 18815000 Boots
Additional classification (cpv): 18800000 Footwear
2.1.2.
Place of performance
Postal address: Forsvarets Supply Chain Division (SCD), Mundderingshoveddepot, Arsenalvej 33
Town: Hjørring
Postcode: 9800
Country subdivision (NUTS): Nordjylland (DK050)
Country: Denmark
2.1.3.
Value
Estimated value excluding VAT: 60 000 000,00 DKK
Maximum value of the framework agreement: 240 000 000,00 DKK
2.1.4.
General information
Additional information: No particular legal form is required. If the agreement is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liability and appoint one supplier to represent the group. It is pointed out that this procedure is subject to Article 5k of Regulation (EU) no. 833/2014, as amended. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies etc. (reference is made to Article 5k, section 1 for the exact delimitation of the operators that are subject to the prohibition). DALO reserves the right at any time during the tender process to require candidates or tenderers to prove that they are not subject to the prohibition, for example by requiring documentation regarding the candidates’ or tenderers’ and any subcontractors’ place of establishment and ownership. As part of the request to participate, the candidate must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions. DALO reserves the right, at any time during the tender process, to let the candidate rectify a missing or inadequately completed self-declaration. DALO has uploaded a template (available in the electronic tender system) which must be used as a declaration. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the declaration must be provided separately for each of the participating entities. DALO reserves the right – but is not obliged – to use the remedies provided for in section 159(5) of the Danish Act no. 1564 of 15 December 2015, as amended, the Public Procurement Act, if requests to participate or offers do not fulfil the requirements of the tender documents. It should be noted that irrespective of the wording of the requirements of the tender documents to the effect that information, declarations and documentation must be submitted, e.g. concerning a description of the deliverables put up for tender, DALO is not prevented from obtaining additional information, etc., pursuant to the procedure in section 159(5), cf. section 159(6) of the Public Procurement Act. Any questions regarding the request to participate must be submitted through the electronic tender system. Questions will be anonymised, and the answers will be posted in the electronic tender system. Questions received within the deadline stated in this notice will be answered by DALO no later than 6 days before the deadline for request to participate. However, questions received later than the deadline will be answered unless the nature of the question makes it disproportionately onerous for DALO to answer six days before the deadline for request to participate. Answers to questions received later than 6 days before the deadline af the request to participate cannot be expected. DALO demands that the candidate and each of the legal entities on whose economic and financial capacities the candidate relies undertake joint and several liability for the performance of the agreement. The estimated value of the framework agreement is DKK 30.000.000, and the maximum value of the framework agreement is DKK 150.000.000. The reason for the difference between the stated values is the uncertainty regarding the final value of the framework agreement, see below. Hence, the estimated value constitutes DALO’s most qualified estimate of the value of the framework agreement at the present moment, while the maximum value constitutes the maximum value of purchases under the framework agreement in its duration. The uncertainty regarding the final value of the framework agreement is primarily caused by uncertainty regarding the operational needs of the Danish Defence through the duration of the framework agreement, including in particular uncertainty about specific deployments and mission areas, which is not possible to foresee for the entire span of the framework agreement. Thus, changes to the operational needs of the Danish Defence compared to the existing situation and needs may cause a significantly larger expenditure under the framework agreement than what is expected at the moment. It is specified that DALO will select 5 candidates by applying the criteria stated in this notice, unless DALO receives no more than 5 compliant requests for participation.
Legal basis:
Directive 2009/81/EC
Ministerial Order No. 1077 of 29 June 2022 - The Ministerial Order, which also contains supplementary provisions, implements the Defence and Security Directive (Directive 2009/81/EC) in Danish law.
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion: Notice
Corruption: See Article 39(1)(b) of the Defense and Security Directive.
Fraud: See Article 39(1)(c) of the Defense and Security Directive.
Money laundering or terrorist financing: See Article 39(1)(e) of the Defense and Security Directive.
Participation in a criminal organisation: See Article 39(1)(a) of the Defense and Security Directive.
Terrorist offences or offences linked to terrorist activities: See Article 39(1)(d) of the Defense and Security Directive.
Breaching obligation relating to payment of social security contributions: DALO will exclude a tenderer which has unpaid overdue debt of DKK 100,000 or more to public authorities in relation to social security contributions under Danish law or under the law of the country in which the tenderer is established, unless the tenderer has provided or will provide collateral for the overdue debt or has entered into an instalment agreement which has not been breached.
Breaching obligation relating to payment of taxes: DALO will exclude a tenderer which has unpaid overdue debt of DKK 100,000 or more to public authorities in relation to taxes under Danish law or under the law of the country in which the tenderer is established, unless the tenderer has provided or will provide collateral for the overdue debt or has entered into an instalment agreement which has not been breached.
5. Lot
5.1.
Lot: LOT-0000
Title: Acquisition of Cold Weather Boots to the Danish Defence
Description: The Danish Ministry of Defence Acquisition and Logistics Organisation (DALO) wishes to renew the framework agreements concerning the military Combat Boot system. The system consists of 7 framework agreements including specific boots and an assortment of various related footwear whereas this Contract Notice covers the Cold Weather Boots. The Cold Weather Boot shall be for use in cold and dry environment on Greenland and similar areas. DALO is looking for a Cold Weather Boot with a removable warm inner boot and with a sole for use in icy environments like artic areas and similar. The inner boot shall be replaceable. The Cold Weather Boot shall be offered in 2 different versions. The Primary version is for normal military use in very cold and dry environment and the second version is for use in the same area but it shall be possible to use with Cross Country skis 90mm wire bindings. Only the primary version will be evaluated. The Cold Weather Boots must have a lifetime of minimum 12 months of military use. To fully understand the requirements of the Cold Weather Boots see Appendix 1 in the tendering material. The evaluation of the boots includes tests of products samples. DALO is only looking for high quality boots, and after the tenderer has made his best and final offer (BAFO) the offered boot must reach a minimum quality level threshold of at least 7,3 (from 0-10) to continue in the final tendering procedure. DALO reserves the right to award the Agreement based on the INDO1 or on any additional INDOs. In that case DALO will request receipt of all product samples mentioned in Enclosure E – DALO’s test schedule and procedure for testing and evaluation in accordance with Enclosure C – The award criterion and evaluation method - that otherwise should be submitted in connection with BAFO if DALO chooses to award the Agreement based on INDO1 or on any additional INDOs. This also means complying with the minimum quality level threshold. This tender is part of DALO’s larger acquisition of Combat Boots. The total acquisition consists of 5 individual tendering procedures and a total of 7 agreements: 1 tender for combat boots with 2 winners (2 parallel framework agreements) 1 tender for patrol boots with 2 winners (2 parallel framework agreements) 1 tender for desert boots 1 tender for cold weather boots 1 tender for combat safety boots If a Candidate/Tenderer wants to make an application/offer for one of the other agreements, the Candidate/Tenderer has to put forward the application/offer in the respective tendering procedure regarding that specific boot. One (1) Candidate can only make one (1) application in each tendering procedure.
Internal identifier: 6a1cbfa4-4fdd-455b-ad49-8f2488e3c86b
5.1.1.
Purpose
Main nature of the contract: Supplies
Main classification (cpv): 18815000 Boots
Additional classification (cpv): 18800000 Footwear
5.1.2.
Place of performance
Postal address: Forsvarets Supply Chain Division (SCD), Mundderingshoveddepot, Arsenalvej 33
Town: Hjørring
Postcode: 9800
Country subdivision (NUTS): Nordjylland (DK050)
Country: Denmark
5.1.3.
Estimated duration
Duration: 7 Years
5.1.4.
Renewal
Maximum renewals: 1
Other information about renewals: In the event that the legislation for the Defence Security Directive is amended in relation to a possibility of a longer term agreement, while the tender procedure is ongoing or after the Agreement has been concluded, DALO will have the option to extend the Agreement by the number of years that exceed the Agreement's term of 7 years, up to the new maximum number of years that the Agreement may run according to the new legislation.
5.1.5.
Value
Estimated value excluding VAT: 60 000 000,00 DKK
Maximum value of the framework agreement: 240 000 000,00 DKK
5.1.6.
General information
Reserved participation:
Participation is not reserved.
Procurement Project not financed with EU Funds.
Additional information: No particular legal form is required. If the agreement is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liability and appoint one supplier to represent the group. It is pointed out that this procedure is subject to Article 5k of Regulation (EU) no. 833/2014, as amended. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies etc. (reference is made to Article 5k, section 1 for the exact delimitation of the operators that are subject to the prohibition). DALO reserves the right at any time during the tender process to require candidates or tenderers to prove that they are not subject to the prohibition, for example by requiring documentation regarding the candidates’ or tenderers’ and any subcontractors’ place of establishment and ownership. As part of the request to participate, the candidate must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions. DALO reserves the right, at any time during the tender process, to let the candidate rectify a missing or inadequately completed self-declaration. DALO has uploaded a template (available in the electronic tender system) which must be used as a declaration. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the declaration must be provided separately for each of the participating entities. DALO reserves the right – but is not obliged – to use the remedies provided for in section 159(5) of the Danish Act no. 1564 of 15 December 2015, as amended, the Public Procurement Act, if requests to participate or offers do not fulfil the requirements of the tender documents. It should be noted that irrespective of the wording of the requirements of the tender documents to the effect that information, declarations and documentation must be submitted, e.g. concerning a description of the deliverables put up for tender, DALO is not prevented from obtaining additional information, etc., pursuant to the procedure in section 159(5), cf. section 159(6) of the Public Procurement Act. Any questions regarding the request to participate must be submitted through the electronic tender system. Questions will be anonymised, and the answers will be posted in the electronic tender system. Questions received within the deadline stated in this notice will be answered by DALO no later than 6 days before the deadline for request to participate. However, questions received later than the deadline will be answered unless the nature of the question makes it disproportionately onerous for DALO to answer six days before the deadline for request to participate. Answers to questions received later than 6 days before the deadline af the request to participate cannot be expected. DALO demands that the candidate and each of the legal entities on whose economic and financial capacities the candidate relies undertake joint and several liability for the performance of the agreement. The estimated value of the framework agreement is DKK 30.000.000, and the maximum value of the framework agreement is DKK 150.000.000. The reason for the difference between the stated values is the uncertainty regarding the final value of the framework agreement, see below. Hence, the estimated value constitutes DALO’s most qualified estimate of the value of the framework agreement at the present moment, while the maximum value constitutes the maximum value of purchases under the framework agreement in its duration. The uncertainty regarding the final value of the framework agreement is primarily caused by uncertainty regarding the operational needs of the Danish Defence through the duration of the framework agreement, including in particular uncertainty about specific deployments and mission areas, which is not possible to foresee for the entire span of the framework agreement. Thus, changes to the operational needs of the Danish Defence compared to the existing situation and needs may cause a significantly larger expenditure under the framework agreement than what is expected at the moment. It is specified that DALO will select 5 candidates by applying the criteria stated in this notice, unless DALO receives no more than 5 compliant requests for participation.
5.1.9.
Selection criteria
Sources of selection criteria: Notice
Criterion: Financial ratio
Description of selection criterion: The Candidate's equity ratio (calculated by dividing the candidate’s equity with the candidate’s total assets (equity/total assets x 100) at the end of the last 2 financial years available. The Candidate must have an equity ratio of at least 40 (%) per cent in each of the last 2 financial years available. If the Candidate is composed of a group of entities (e.g. consortium), including temporary joint ventures, the equity ratio will be calculated by dividing the sum of the equities of all participants with the sum of the total assets of all participants (the sum of total equities/the sum of total assets x 100) in each of the last 2 financial years available. If the Candidate relies on the economic and financial standing of an entity or entities (e.g. a parent or sister company or a subcontractor), the equity ratio will be calculated by dividing the sum of the Candidate’s and the entity’s/entities’ equity with the sum of the Candidate’s and the entity’s/entities’ total assets (the sum of equities/the sum of total assets x 100) in each of the last 2 financial years available. The request to participate must include the following: A statement of the Candidate’s equity ratio at the end of the last 2 financial years available. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the information must be provided for each of the participating entities. If the Candidate relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the information must also be provided for each such entity or entities. The Candidate can use the Prequalification questionaire (PQQ) document to fill out the values.
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 of selection criterion: The request to participate must include a list of the most important similar deliveries (references), cf. Appendix 1 in the tender material, carried out prior to the deadline for request to participate. The references should be described in the Prequalification Questionaire document (PQQ). The list should preferably include a short description of each delivery. The description should include a clear indication of how the deliveries are similar to the supplies/procurement described in this Contract Notice's description and the tendering document Appendix 1, in relation to the tender of which prequalification is applied for. The description should also include a description of the producer, place of production, supplier and recipient of the deliveries (specific names/countries are preferred, but not necessary; if no country-specific information is included, the Candidate is asked to provide as much generic information as possible about the delivery). The description should contain information on the date of the deliveries, the quantity and value of the deliveries. Furthermore, a description of the experience with near infrared levels, nail penetration and PFC/PFAS-free footwear, and the relevant environmental footprint of the references. When specifying the date for the deliveries, the Candidate should state the date of commencement and completion. If this is not possible, for example if the delivery in question was performed on an ongoing basis under a framework agreement, licence agreement, etc., it should be stated in the description of the delivery how the date is specified. Only the deliveries (references) performed at the time of the deadline for the request to participate will be considered when assessing which candidate has documented the most relevant previous deliveries, see Appendix 1. If the delivery in question is ongoing, it is only the part of the delivery completed at the time of the deadline for submission of request to participate which will be included in the assessment of the delivery (reference). Consequently, if a part of the delivery has not been completed at the time of the deadline for submission of request to participate this particular part will not be included in the assessment of the delivery (reference). Therefore, it is important that the candidate clearly states which part (e.g. with regard to value and quantity) of an ongoing delivery (reference) that has been completed at the time of the deadline for submission of request to participate. The list must contain a maximum of 4 previous deliveries (references), irrespective of whether the Candidate is one entity, composed of a group of entities (e.g. a consortium), including temporary joint ventures, or relies on the technical and professional capacity of other entities. If the list contains more than 4, DALO will only consider the first 4 deliveries on the list. Deliveries beyond that will not be considered. The selection of Candidates will be based on an evaluation of which Candidates have documented the most relevant previous deliveries in relation to the agreement/procurement described in the description of the procurement in this Contract Notice and in the tendering document Appendix 1. In the evaluation, the nature of the previous deliveries will be taken into account. The evaluation will be based on the list of references submitted by the candidates, see above. In the evaluation, DALO will make an overall evaluation but in particular regard it positively, if: - The Candidate presents references of deliveries of similar high quality as the products tendered for, and deliveries of similar quantities (above 3.000 pairs), to customers with similar needs and use of the products as the Danish Defence, including customers with similar outdoor needs. - The Candidate pays respect to the environment during the production phase of these products, including for example standards for processing of leather materials. - The references are recent. More recent deliveries will be deemed more relevant than older deliveries. The evaluation will be based on the information submitted by the Candidates in the PQQ Document. Please note that any ambiguities and/or incomprehensibilities in the information submitted may be regarded negatively in the evaluation when selecting the limited numbers of Candidates. If the Candidate relies on another entity's technical or professiional capacity to apply for prequalification the Candidate is obligated to use this entity's technical/professional capacity to fulfill the agreement, if the Candidate later is awarded the agreement, see Framework Agreement clause 4.2.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion: Security of supply
Description of selection criterion: The Candidate should in the PQQ provide a description of the ressources, technical capacity, know-how, and supply sources available to support security of supply. The purpose of the description is to enable DALO to assess the candidate’s technical and professional capacity in relation to security of supply. The description may include, where relevant: • Identification and location of primary and secondary production sites and sources of supply. • Technical and organizational measures supporting continuity of supply. • Available inventory, safety stock, and access to alternative production or sourcing channels. • Contingency arrangements designed to mitigate the impact of war, crisis, potential export restrictions, supply chain disruptions, or similar events. • Relevant experience demonstrating the candidate’s ability to maintain security of supply for customers with comparable operational, strategic, or geographical conditions. Candidates are not required to provide all of the above information. However, the extent, relevance, and credibility of the information provided will form part of DALO’s selection assessment. Where the Candidate relies on the capacities of other entities, the Candidate should indicate this and describe the ressources available. DALO reserves the right to request supporting documentation for the information provided in connection with this selection criterion and to verify that the described ressources and capacities are available to the Candidate. The description of the Candidate’s level of security of supply may be maximum 4 A4 pages including all text, diagrams or images. If there are more pages DALO will only take into consideration the first 4 pages. The description should be in English or Danish. In the evaluation, DALO will make an overall evaluation, but in particular regard it positively, if: - The Candidate provides relevant experiences - The Candidate shows credible and relevant measures supporting continuity of supply - The Candidate shows credible contingency arrangements The Candidate's description will be inserted in the Framework Agreement, clause 4.2 in case the Candidate later is awarded the agreement.
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: 5
Maximum number of candidates to be invited for the second stage of the procedure: 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
5.1.10.
Award criteria
Criterion:
Type: Price
Name: Price
Description: In order to determine which offer has the best price-quality ratio, DALO will use a price model. See more in enclosure C in the tender documents.
Category of award weight criterion: Weight (percentage, exact)
Award criterion number: 30
Criterion:
Type: Quality
Name: Quality
Description: In order to determine which offer has the best price-quality ratio.DALO will use a price-model. See more in enclosure C in the tender documents.
Category of award weight criterion: Weight (percentage, exact)
Award criterion number: 70
5.1.11.
Procurement documents
Languages in which the procurement documents are officially available: English
Deadline for requesting additional information: 05/06/2026 11:00:00 (UTC+00:00) Western European Time, GMT
5.1.12.
Terms of procurement
Terms of submission:
Obligatory indication of subcontracting: No subcontracting indication
Electronic submission: Required
Languages in which tenders or requests to participate may be submitted: English, Danish
Electronic catalogue: Not allowed
Variants: Not allowed
Tenderers may submit more than one tender: Not allowed
Deadline for receipt of requests to participate: 12/06/2026 14:00:00 (UTC+00:00) Western European Time, GMT
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: The agreement contains requirements regarding labour clause, CSR requirements and international sanctions. See the tender material. The agreement includes requirements about information security. The Agreement has an option, that if legislation during the procurement procedure or during the signed Agreement's term changes in a way that makes it possible to enter into Agreements of longer terms than 7 years it will be possible to prolong the term of this Agreement in accordance with the changed legislation.
A non-disclosure agreement is required: no
Electronic invoicing: Required
Electronic ordering will be used: no
Electronic payment will be used: yes
Financial arrangement: Payment shall take place no later than 30 days after the supplier has forwarded a satisfactory invoice to DALO. The specific payment terms will be included in the tender documents.
Subcontracting:
The contractor must indicate any change of subcontractors during the execution of the contract.
5.1.15.
Techniques
Framework agreement:
Framework agreement, without reopening of competition
Maximum number of participants: 1
Additional buyer coverage: The agreement will be concluded by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence, is entitled to use the Agreement for procurement on the terms and conditions of the agreement. In addition, the Danish Emergency Management Agency is entitled to use the agreement, see also the tender documents.
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 Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for filing a complaint apply: Complaints regarding a candidate not being prequalified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting entity has sent notification to the candidates involved, provided that the notification includes an account of the reasons for the decision, see section 7(1). In accordance with section 7(2) other complaints must be filed with The Complaints Board for Public Procurement within: 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 an agreement. The deadline is calculated from the day after the day when the notice was published. 2) Thirty calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that an agreement based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 3) Six months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2). The complainant must inform the contracting entity of the complaint in writing not later than simultaneously with the lodging of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, see section 6(4). If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the appeal be granted suspensory effect, see section 12(1). The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.
Organisation providing additional information about the procurement procedure: Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation providing offline access to the procurement documents: Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation providing more information on the review procedures: Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate: Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation processing tenders: Danish Ministry of Defence Acquisition and Logistics Organisation
8. Organisations
8.1.
ORG-0001
Official name: Danish Ministry of Defence Acquisition and Logistics Organisation
Registration number: 16-28-71-80
Postal address: Lautrupbjerg 1-5
Town: Ballerup
Postcode: 2750
Country subdivision (NUTS): Københavns omegn (DK012)
Country: Denmark
Contact point: Tine Christina Olsen
Telephone: +4524210967
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: Klagenævnet for Udbud
Registration number: 37795526
Postal address: Toldboden 2
Town: Viborg
Postcode: 8800
Country subdivision (NUTS): Vestjylland (DK041)
Country: Denmark
Contact point: Klagenævnet for Udbud
Telephone: +45 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
Contact point: Konkurrence- og Forbrugerstyrelsen
Telephone: +45 41715000
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
Roles of this organisation:
TED eSender
Notice identifier/version: be1ecd8e-1a06-443e-958a-01e9200b325a - 01
Form type: Competition
Notice type: Contract or concession notice – standard regime
Notice subtype: 18
Notice dispatch date: 08/05/2026 11:49:51 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender): 08/05/2026 19:41:49 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially available: English
Notice publication number: 323012-2026
OJ S issue number: 91/2026
Publication date: 12/05/2026