Online Oceanography Measuring System Management

The Danish Defence Acquisition and Logistics Organisation (DALO) (“the Buyer”) is responsible for real-time measurements of oceanographic parameters in the Inner Danish Waters. These parameters include current, temperature, and salinity parameters. The scope of this contract is for the Supplier to establish and operate a number of Stations at different …

CPV: 71351920 Oceanography and hydrology services, 38290000 Surveying, hydrographic, oceanographic and hydrological instruments and appliances, 71351900 Geology, oceanography and hydrology services
Place of execution:
Online Oceanography Measuring System Management
Awarding body:
Forsvarsministeriet Materiel- og Indkøbsstyrelsen
Award number:
4034785

1. Buyer

1.1 Buyer

Official name : Forsvarsministeriet Materiel- og Indkøbsstyrelsen
Legal type of the buyer : Central government authority
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Online Oceanography Measuring System Management
Description : The Danish Defence Acquisition and Logistics Organisation (DALO) (“the Buyer”) is responsible for real-time measurements of oceanographic parameters in the Inner Danish Waters. These parameters include current, temperature, and salinity parameters. The scope of this contract is for the Supplier to establish and operate a number of Stations at different locations measuring current. The collection of the measurements shall be done in real-time, and the Supplier shall provide real-time data download, data-management and dissemination of the measurements to the Buyer and other users. The Service to be delivered by the Supplier includes in overall terms the following: 1) To establish and manage a number of Stations providing measurements of current at the given Locations in The Inner Danish Waters. The Services contains of the following 6 (six) Stations divided into three lots (no. 1-3) with 5 (five) mandatory and 1 (one) optional Station. Lot #1: Id. No. 5-1-1 Drogden Lighthouse (The Sound) - Mandatory Id. No. 5-1-2 Nordre Røse Lighhouse (The Sound) - Optional Lot #2: Id. No. 5-2-1 Hatter Barn (Kattegat South) - Mandatory Id. No. 5-2-2 Great Belt Bridge (Great Belt) - Mandatory Id. No. 5-2-3 Vengeance Ground (Great Belt) - Mandatory Lot #3: Id. No. 5-3-3 Little Belt North – Mandatory 2) To provide and document a system for Quality Assurance, including real time and historical quality control of the measurements provided. 3) To store all measurements and maintain a system for providing online access to the data via a restricted and documented Application Programming Interface (API).
Procedure identifier : 2c6c7f41-1cb3-4435-a8d3-7d89435f4ac4
Previous notice : 625796-2024
Internal identifier : 4034785
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 : Services
Additional nature of the contract : Works
Main classification ( cpv ): 71351920 Oceanography and hydrology services
Additional classification ( cpv ): 38290000 Surveying, hydrographic, oceanographic and hydrological instruments and appliances
Additional classification ( cpv ): 71351900 Geology, oceanography and hydrology services

2.1.2 Place of performance

Anywhere
Additional information : The Supplier shall store all measurements conducted by the Supplier and provide online access to the measurements and the metadata via a restricted documented API.

2.1.3 Value

Estimated value excluding VAT : 18 000 000 Danish krone

2.1.4 General information

Additional information : In accordance with section 134a of the Danish Public Procurement Act the contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer is established in a country that is included in the EU list of non-cooperative jurisdictions for tax purposes and has not acceded to the WTO Government Procurement Agreement or other trade agreements committing Denmark to open the public procurement market to tenderers established in that country. However, for reasons of overriding public interest, the contracting entity may refrain from excluding a candidate or tenderer that is subject to the ground for exclusion.
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-0001

Title : Lot 1
Description : The Danish Defence Acquisition and Logistics Organisation (DALO) (“the Buyer”) is responsible for real-time measurements of oceanographic parameters in the Inner Danish Waters. These parameters include current, temperature, and salinity parameters. The scope of this contract is for the Supplier to establish and operate a number of Stations at different locations measuring current. The collection of the measurements shall be done in real-time, and the Supplier shall provide real-time data download, data-management and dissemination of the measurements to the Buyer and other users. The Service to be delivered by the Supplier includes in overall terms the following: 1) To establish and manage a number of Stations providing measurements of current at the given Locations in The Inner Danish Waters. The Services contains of the following: Lot #1: Id. No. 5-1-1 Drogden Lighthouse (The Sound) - Mandatory Id. No. 5-1-2 Nordre Røse Lighhouse (The Sound) - Optional 2) To provide and document a system for Quality Assurance, including real time and historical quality control of the measurements provided. 3) To store all measurements and maintain a system for providing online access to the data via a restricted and documented Application Programming Interface (API).
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Main classification ( cpv ): 71351920 Oceanography and hydrology services
Additional classification ( cpv ): 38290000 Surveying, hydrographic, oceanographic and hydrological instruments and appliances
Additional classification ( cpv ): 71351900 Geology, oceanography and hydrology services
Options :
Description of the options : The second location Nordre Røse (The Sound) is optional for the buyer.

5.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : Mandatory Station (Id. No. 5-1-1): Drogden Lighthouse (The Sound) • In The Sound next to Drogden Lighthouse (see Appendix A, Figure 5-1) • Drogden Lighthouse is located at 55° 32,18'N 12° 42,70'E and has Danish/International lighthouse no 3025/C2060 • Expected maximum depth at location: 15 meters Optional station (Id. No. 5-1-2): Location – Nordre Røse (The Sound) • In The Sound east of Nordre Røse Lighthouse (see Appendix A, Figure 5-1) • Nordre Røse Lighthouse is located at 55° 38,16'N 12° 41,21'E and has Danish/International lighthouse no 2920/C2042 • Expected maximum depth at location: 9 meters

5.1.3 Estimated duration

Duration : 6 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contract can be extended two times pr. station, each period for the duration of up to one year.

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The values set out in this notice is the evaluation-technical prices of the successful offers and thus does not reflect the final value of the contracts, nor is DALO obliged to make purchases corresponding to these values.

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : The Lot will be awarded to the tenderer with the lowest price, cf. Instructions to Tenderers.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
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 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) 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) of the Act on The Complaints Board for Public Procurement. 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.

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 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) 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) of the Act on The Complaints Board for Public Procurement. 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 : Forsvarsministeriet Materiel- og Indkøbsstyrelsen -
Organisation providing offline access to the procurement documents : Forsvarsministeriet Materiel- og Indkøbsstyrelsen -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation signing the contract : Forsvarsministeriet Materiel- og Indkøbsstyrelsen

5.1 Lot technical ID : LOT-0002

Title : Lot 2
Description : The Danish Defence Acquisition and Logistics Organisation (DALO) (“the Buyer”) is responsible for real-time measurements of oceanographic parameters in the Inner Danish Waters. These parameters include current, temperature, and salinity parameters. The scope of this contract is for the Supplier to establish and operate a number of Stations at different locations measuring current. The collection of the measurements shall be done in real-time, and the Supplier shall provide real-time data download, data-management and dissemination of the measurements to the Buyer and other users. The Service to be delivered by the Supplier includes in overall terms the following: 1) To establish and manage a number of Stations providing measurements of current at the given Locations in The Inner Danish Waters. The Services contains of the following: Lot #2: Id. No. 5-2-1 Hatter Barn (Kattegat South) - Mandatory Id. No. 5-2-2 Great Belt Bridge (Great Belt) - Mandatory Id. No. 5-2-3 Vengeance Ground (Great Belt) - Mandatory 2) To provide and document a system for Quality Assurance, including real time and historical quality control of the measurements provided. 3) To store all measurements and maintain a system for providing online access to the data via a restricted and documented Application Programming Interface (API).
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Main classification ( cpv ): 71351920 Oceanography and hydrology services
Additional classification ( cpv ): 38290000 Surveying, hydrographic, oceanographic and hydrological instruments and appliances
Additional classification ( cpv ): 71351900 Geology, oceanography and hydrology services

5.1.2 Place of performance

Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark
Additional information : Mandatory location 2.1 (Id. No. 5-2-1): Hatter Barn (Southern Kattegat) • In the southern part of Kattegat next to Hatter Barn Lighthouse (see Appendix A, Figure 5-2) • Hatter Barn Lighthouse is located at 55° 13,72'N 11° 5,42'E and has Danish/International lighthouse no 1985/ C1497.4. • Expected maximum depth at location: 25 meters Mandatory location 2.2 (Id. No. 5-2-2): Great Belt Bridge – Eastern part (Great Belt) • In Great Belt near the eastern part of the Great Belt Bridge between the western anchor block and pylon (see Appendix A, Figure 5-3) • Expected maximum depth at location: 15-20 meters Mandatory location 2.3 (Id. No. 5-2-3): Vengeance Ground (The Great Belt) • In Great Belt near Vengeance Ground Lighthouse (see Appendix A, Figure 5-4). • Vengeance Ground Lighthouse is located at 55° 13,72'N 11° 5,42'E and has Danish/International lighthouse no 3680/ C1534.7. • Expected maximum depth at location: 20 meters.

5.1.3 Estimated duration

Duration : 6 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contract can be extended two times pr. station, each period for the duration of up to one year.

5.1.5 Value

Estimated value excluding VAT : 9 000 000 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
Additional information : The values set out in this notice is the evaluation-technical prices of the successful offers and thus does not reflect the final value of the contracts, nor is DALO obliged to make purchases corresponding to these values.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The Lot will be awarded to the tenderer with the lowest price, cf. Instructions to Tenderers.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
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 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) 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) of the Act on The Complaints Board for Public Procurement. 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.

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 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) 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) of the Act on The Complaints Board for Public Procurement. 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 : Forsvarsministeriet Materiel- og Indkøbsstyrelsen -
Organisation providing offline access to the procurement documents : Forsvarsministeriet Materiel- og Indkøbsstyrelsen -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation signing the contract : Forsvarsministeriet Materiel- og Indkøbsstyrelsen

5.1 Lot technical ID : LOT-0003

Title : Lot 3
Description : The Danish Defence Acquisition and Logistics Organisation (DALO) (“the Buyer”) is responsible for real-time measurements of oceanographic parameters in the Inner Danish Waters. These parameters include current, temperature, and salinity parameters. The scope of this contract is for the Supplier to establish and operate a number of Stations at different locations measuring current. The collection of the measurements shall be done in real-time, and the Supplier shall provide real-time data download, data-management and dissemination of the measurements to the Buyer and other users. The Service to be delivered by the Supplier includes in overall terms the following: 1) To establish and manage a number of Stations providing measurements of current at the given Locations in The Inner Danish Waters. The Services contains of the following: Lot #3 Id. No. 5-3-3 Little Belt North – Mandatory 2) To provide and document a system for Quality Assurance, including real time and historical quality control of the measurements provided. 3) To store all measurements and maintain a system for providing online access to the data via a restricted and documented Application Programming Interface (API).
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Main classification ( cpv ): 71351920 Oceanography and hydrology services
Additional classification ( cpv ): 38290000 Surveying, hydrographic, oceanographic and hydrological instruments and appliances
Additional classification ( cpv ): 71351900 Geology, oceanography and hydrology services

5.1.2 Place of performance

Country subdivision (NUTS) : Fyn ( DK031 )
Country : Denmark
Additional information : Mandatory location (Id. No. 5-3-1): Little Belt North • In Little Belt North (see Appendix A, Figure 5-5) • The position must be somewhere between the two green lines inside the red circle in Figure 5-5 • Expected maximum depth at location: 25-35 meters.

5.1.3 Estimated duration

Duration : 6 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contract can be extended two times pr. station, each period for the duration of up to one year.

5.1.5 Value

Estimated value excluding VAT : 2 877 600 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
Additional information : The values set out in this notice is the evaluation-technical prices of the successful offers and thus does not reflect the final value of the contracts, nor is DALO obliged to make purchases corresponding to these values.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The Lot will be awarded to the tenderer with the lowest price, cf. Instructions to Tenderers.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
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 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) 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) of the Act on The Complaints Board for Public Procurement. 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.

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 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) 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) of the Act on The Complaints Board for Public Procurement. 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 : Forsvarsministeriet Materiel- og Indkøbsstyrelsen -
Organisation providing offline access to the procurement documents : Forsvarsministeriet Materiel- og Indkøbsstyrelsen -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation signing the contract : Forsvarsministeriet Materiel- og Indkøbsstyrelsen

6. Results

Value of all contracts awarded in this notice : 12 524 400 Danish krone

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : DHI A/S
Tender :
Tender identifier : Lot 1
Identifier of lot or group of lots : LOT-0001
Value of the tender : 3 116 400 Danish krone
The tender was ranked : no
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : Lot 1
Title : Agreement No. 4600007934 Regarding Online Oceanography Measuring System Management
Date on which the winner was chosen : 07/01/2025
Date of the conclusion of the contract : 21/01/2025
Organisation signing the contract : Forsvarsministeriet Materiel- og Indkøbsstyrelsen

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 6
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 3
Type of received submissions : Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received : 3
Type of received submissions : Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received : 0
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 6
Range of tenders :
Value of the lowest admissible tender : 3 116 400 Danish krone
Value of the highest admissible tender : 4 464 000 Danish krone

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Luva Consult ApS
Tender :
Tender identifier : Lot 2
Identifier of lot or group of lots : LOT-0002
Value of the tender : 6 530 400 Danish krone
The tender was ranked : no
The tender is a variant : no
Subcontracting : Not yet known
Contract information :
Identifier of the contract : Lot 2
Title : Agreement No. 4600007937 Regarding Online Oceanography Measuring System Management
Date on which the winner was chosen : 07/01/2025
Date of the conclusion of the contract : 20/02/2025
Organisation signing the contract : Forsvarsministeriet Materiel- og Indkøbsstyrelsen

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 5
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 3
Type of received submissions : Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received : 2
Type of received submissions : Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received : 0
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 5
Range of tenders :
Value of the lowest admissible tender : 6 530 400 Danish krone
Value of the highest admissible tender : 13 467 672 Danish krone

6.1 Result lot ldentifier : LOT-0003

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : DHI A/S
Tender :
Tender identifier : Lot 3
Identifier of lot or group of lots : LOT-0003
Value of the tender : 2 877 600 Danish krone
The tender was ranked : no
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : Lot 3
Title : Agreement No. 4600007935 Regarding Online Oceanography Measuring System Management
Date on which the winner was chosen : 07/01/2025
Date of the conclusion of the contract : 21/01/2025
Organisation signing the contract : Forsvarsministeriet Materiel- og Indkøbsstyrelsen

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 5
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 2
Type of received submissions : Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received : 3
Type of received submissions : Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received : 0
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 5
Range of tenders :
Value of the lowest admissible tender : 2 877 600 Danish krone
Value of the highest admissible tender : 6 027 072 Danish krone

8. Organisations

8.1 ORG-0001

Official name : Forsvarsministeriet Materiel- og Indkøbsstyrelsen
Registration number : 16287180
Postal address : Lautrupbjerg 1
Town : Ballerup
Postcode : 2750
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : Hans Lundager Jensen
Telephone : +45 31571886
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation signing the contract

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : DHI A/S
Size of the economic operator : Medium
Registration number : 36466871
Postal address : Agern Allé 5
Town : Hørsholm
Postcode : 2970
Country subdivision (NUTS) : Nordsjælland ( DK013 )
Country : Denmark
Contact point : Aron Lank Jensen
Telephone : 45169150
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0003

8.1 ORG-0005

Official name : Luva Consult ApS
Size of the economic operator : Small
Registration number : 31861497
Postal address : Høffdingsvej 34
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Martin Petersen
Telephone : 60 66 01 18
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002

8.1 ORG-0006

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 : 4a25c61e-0824-448a-9a0d-6454dd5c4677 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 07/03/2025 10:20 +00:00
Notice dispatch date (eSender) : 07/03/2025 12:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00153058-2025
OJ S issue number : 48/2025
Publication date : 10/03/2025