Framework Agreement regarding High Bandwidth Low Latency SATCOM

Danish Ministry of Defence Acquisition and Logistics Organisation (DALO) is executing a tender of High bandwidth Low Latency SATCOM to be used in the Danish Defence. The Danish Defence often operates outside of traditionel internet infrastructure. Current acces to the internet in such locations is obtained via SATCOM, based on …

CPV: 32530000 Ausrüstung für Satellitenfunk, 32000000 Rundfunk- und Fernsehgeräte, Kommunikations- und Fernmeldeanlagen und Zubehör, 32420000 Netzausrüstung, 32430000 Fernnetz, 32500000 Fernmeldebedarf, 32531000 Ausrüstung für Satelliten-Nachrichtenübertragung
Ausführungsort:
Framework Agreement regarding High Bandwidth Low Latency SATCOM
Vergabestelle:
Danish Ministry of Defence Acquisition and Logistics Organisation
Vergabenummer:
2023/013985

1. Buyer

1.1 Buyer

Official name : Danish Ministry of Defence Acquisition and Logistics Organisation
Legal type of the buyer : Central government authority
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Framework Agreement regarding High Bandwidth Low Latency SATCOM
Description : Danish Ministry of Defence Acquisition and Logistics Organisation (DALO) is executing a tender of High bandwidth Low Latency SATCOM to be used in the Danish Defence. The Danish Defence often operates outside of traditionel internet infrastructure. Current acces to the internet in such locations is obtained via SATCOM, based on geostationary satellite constellations at a distance of more than 35.000 kilometres from Earth. This very long distance communication limits both latency and the bandwidth of such systems. With increased need for internet access, pertaining to administrative tasks and crew Wi-Fi, a new SATCOM system with low latency and high bandwidth is required. It is expected that the data based communication will increase in the future, as the service becomes more widely used in the Danish Defence. The Danish Defence operates all over the world both on land and at sea. DALO therefore needs a solution with global coverage. However, DALO is also aware that the different solutions on the market at present can not quarantee global coverage. Therefore, to maximise the connectivity, DALO whishes to acquire two solutions of High Bandwidth Low Latency SATCOM. It is not the plan that both solutions of High Bandwidth Low Latency SATCOM will be installed and used on the different platforms. However, certain platforms might have both solutions installed. The solution is intended to be used on both stationary and moving platforms, and as such it is required to be able to function on-the-move. The solution will be subjected to harsh weather conditions of the Arctic with low temperatures, high winds and rough seas, but also warm sub-tropic climate. As the vessels of the Royal Danish Navy will periodically be docked for maintenance for extended periods of time, DALO whishes a solution where the connection can be frozen/paused. The framework agreement will concist of Terminals and Subscriptions (Airtime) as well as training, repair-services and spare parts.
Procedure identifier : 97811413-980d-40c4-96cc-b06addabce56
Previous notice : 539258-2024
Internal identifier : 2023/013985
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 32530000 Satellite-related communications equipment
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32430000 Wide area network
Additional classification ( cpv ): 32500000 Telecommunications equipment and supplies
Additional classification ( cpv ): 32531000 Satellite communications equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : Delivery of Terminals and spare parts will take place on INCOTERMS FCA-regulation. Activation of the Subscriptions will be performed from the suppliers place of business. Training is set to be performed on locations belonging to the Danish Defence. The specific locations is not yet known and will be decided bases on availability and the location of the personel attending the training course.

2.1.3 Value

Estimated value excluding VAT : 121 000 000 Danish krone
Maximum value of the framework agreement : 363 000 000 Danish krone

2.1.4 General information

Additional information : The tender procedure has been cancelled due to the fact that none of the received tenders was conditional.
Legal basis :
Directive 2014/24/EU
The Danish Public Procurement Act (Act no. 1564 of 15 December 2015, as amended) - The Danish Public Procurement Act implements the Public Procurement Directive (2014/24/EU) in Danish law

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework Agreement regarding High Bandwidth Low Latency SATCOM
Description : Danish Ministry of Defence Acquisition and Logistics Organisation (DALO) is executing a tender of High bandwidth Low Latency SATCOM to be used in the Danish Defence. The Danish Defence often operates outside of traditionel internet infrastructure. Current acces to the internet in such locations is obtained via SATCOM, based on geostationary satellite constellations at a distance of more than 35.000 kilometres from Earth. This very long distance communication limits both latency and the bandwidth of such systems. With increased need for internet access, pertaining to administrative tasks and crew Wi-Fi, a new SATCOM system with low latency and high bandwidth is required. It is expected that the data based communication will increase in the future, as the service becomes more widely used in the Danish Defence. The Danish Defence operates all over the world both on land and at sea. DALO therefore needs a solution with global coverage. However, DALO is also aware that the different solutions on the market at present can not quarantee global coverage. Therefore, to maximise the connectivity, DALO whishes to acquire two solutions of High Bandwidth Low Latency SATCOM. It is not the plan that both solutions of High Bandwidth Low Latency SATCOM will be installed and used on the different platforms. However, certain platforms might have both solutions installed. The solution is intended to be used on both stationary and moving platforms, and as such it is required to be able to function on-the-move. The solution will be subjected to harsh weather conditions of the Arctic with low temperatures, high winds and rough seas, but also warm sub-tropic climate. As the vessels of the Royal Danish Navy will periodically be docked for maintenance for extended periods of time, DALO whishes a solution where the connection can be frozen/paused. The framework agreement will concist of Terminals and Subscriptions (Airtime) as well as training, repair-services and spare parts.
Internal identifier : 2023/013985

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 32530000 Satellite-related communications equipment
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32430000 Wide area network
Additional classification ( cpv ): 32500000 Telecommunications equipment and supplies
Additional classification ( cpv ): 32531000 Satellite communications equipment

5.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : Delivery of Terminals and spare parts will take place on INCOTERMS FCA-regulation. Activation of the Subscriptions will be performed from the suppliers place of business. Training is set to be performed on locations belonging to the Danish Defence. The specific locations is not yet known and will be decided bases on availability and the location of the personel attending the training course.

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 121 000 000 Danish krone
Maximum value of the framework agreement : 363 000 000 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 : 74701-2024
Additional information : The tender procedure has been cancelled due to the fact that none of the received tenders was conditional.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Each offer will be graded for the Price sub-criterion, based on the prices stated in Appendix C.2 of the Agreement. DALO will calculate an Evaluation Price for each offer. The Evaluation Price will be calculated as the total price of the Evaluation number of all products and services at the prices stated in Appendix C.2 of the offer.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Quality
Description : Each offer will be assigned a grade for each evaluation requirement (marked E in Appendix A, based on the degree to which the requirement is fulfilled.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : Pursuant to section 7(2) of 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: 1) Forty-five 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) Thirty 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) 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), or section 171(4) of the Public Procurement Act. 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 3(1) or (2). 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). The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Additional buyer coverage : The agreement is entered into 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.
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 section 7(2) of 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: 1) Forty-five 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) Thirty 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) 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), or section 171(4) of the Public Procurement Act. 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 3(1) or (2). 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). The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.
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 : All tenders, requests to participate or projects were withdrawn or found inadmissible

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 4

8. Organisations

8.1 ORG-0001

Official name : Danish Ministry of Defence Acquisition and Logistics Organisation
Registration number : ORG-16-28-71-80
Postal address : Lautrupbjerg 1-5
Town : Ballerup
Postcode : 2750
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : Esben Nygaard Jensen
Telephone : +4551240463
Internet address : https://www.fmi.dk
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : ORG-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 : ORG-10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Konkurrence- og Forbrugerstyrelsen
Telephone : +45 41715000
Information exchange endpoint (URL) : https://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-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

11. Notice information

11.1 Notice information

Notice identifier/version : 5e222377-dba5-430a-8391-842e4977b26c - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 06/02/2025 12:01 +00:00
Notice dispatch date (eSender) : 07/02/2025 07:21 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00089261-2025
OJ S issue number : 28/2025
Publication date : 10/02/2025