Acquisition of Fixed Air Defence Radar systems (FADR), including support for sustainment and training

The purpose of the acquisition is to replace the Danish Defence’s existing Air Defence Radars situated in Denmark (Bornholm and Skagen) and on the Faroe Islands. This tender procedure concerns two agreements: (1) a contract regarding the delivery and installation of 3 ground based Fixed Air Defence Radar systems (FADR), …

CPV: 35723000 Radares de defensa aérea, 50660000 Servicios de reparación y mantenimiento de sistemas electrónicos militares
Lugar de ejecución:
Acquisition of Fixed Air Defence Radar systems (FADR), including support for sustainment and training
Organismo adjudicador:
The Danish Ministry of Defence Acquisition and Logistics Organisation
Número de premio:
4029189

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Acquisition of Fixed Air Defence Radar systems (FADR), including support for sustainment and training
Description : The purpose of the acquisition is to replace the Danish Defence’s existing Air Defence Radars situated in Denmark (Bornholm and Skagen) and on the Faroe Islands. This tender procedure concerns two agreements: (1) a contract regarding the delivery and installation of 3 ground based Fixed Air Defence Radar systems (FADR), and (2) a framework agreement regarding support for sustainment and training. The two agreements are mutually dependent and shall be seen together as a whole regulating the contractual relations between the winning tenderer (the supplier) and DALO. The supplier shall install the FADRs at the designated locations. The FADRs shall be installed in the established towers at the sites. Two of the three towers are mounted with a radome (those situated at Skagen and at the Faroe Islands), and the third tower is open/without a radome (the one situated at Bornholm). The supplier shall deliver and install a radome for the open tower. Whether the supplier shall deliver and install a radome for the two other towers or reuse the established radomes will be specified in the tender documents and may be subject to negotiations, see the section "General information". The FADRs shall operate in the L- or S frequency band (IEEE) or the equivalent NATO D- or E/F frequency band and have an instrumented range of at least 256 nautical miles in rotating mode. The design of the FADRs shall include the following technologies (A-C) and make use of the following design principles (D-E): A. Full AESA (Active Electronically Scanned Array) with the ability to steer the beams electronically in both azimuth as well as in elevation, i.e., where each antenna element is controlled individually with its own transmit/receive module. B. The ability to focus on a limited sector for obtaining greater range, accuracy, update rate and probability of detection, e.g., by using a so-called Stop-and-Stare mode. C. Use of the latest proven transmitter technology (e.g., GaN - Gallium Nitride) to improve the power efficiency. D. The FADRs shall be software defined, i.e., the functionalities and capabilities (including new ones) are mainly implemented through software. E. Modular Architecture, i.e., the FADRs shall be designed to easily implement future changes and upgrades to the system, for both hardware and software. It shall be possible to monitor and control the FADRs from multiple remotely operational facilities, which are geographically separated from the FADRs. Furthermore, the FADRs should have the capability to detect Tactical Ballistic Missiles (TBM). Each of the FADRs shall, inter alia, include the following: • A 3D phased array Primary Surveillance Radar (PSR). • A Secondary Surveillance Radar (SSR) with all civilian and military interrogation modes. • Monitor and Control Units (MCU) for both local and remote control of the radar system. Further requirements for the FADRs, including interface requirements, will be specified in the tender documents. The framework agreement covers delivery of support for sustainment (spare parts, repair services and technical support) and training services related to the FADRs.
Procedure identifier : 0c352e66-3c49-4c2b-aa55-d9d163d77430
Previous notice : eb3f1148-2cbe-45c2-b634-a9d52a4183fb-01
Internal identifier : 4029189
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
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 ): 35723000 Air defence radar
Additional classification ( cpv ): 50660000 Repair and maintenance services of military electronic systems

2.1.2 Place of performance

Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark

2.1.2 Place of performance

Country subdivision (NUTS) : Bornholm ( DK014 )
Country : Denmark

2.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( DKZZZ )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 220 000 000 Euro
Maximum value of the framework agreement : 200 000 000 Euro

2.1.4 General information

Additional information : The Danish Ministry of Defence Acquisition and Logistics Organisation (DALO) has decided to terminate the abovementioned tender procedure for the without an award. Notice has been sent to the Official Journal today. The reason for the termination is that due to recent developments in the international security situation and the consequent urgent operative need for DALO to procure the desired radar systems, it is DALO's assessment that the procurement can no longer be carried out effectively through the current tender procedure
Legal basis :
Directive 2009/81/EC
Order no. 1077 of 29. june 2022 - The order, which also includes additional provisions, implements the Defence and Security Directive (2009/81/EF) in Danish law.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Acquisition of Fixed Air Defence Radar systems (FADR), including support for sustainment and training
Description : The purpose of the acquisition is to replace the Danish Defence’s existing Air Defence Radars situated in Denmark (Bornholm and Skagen) and on the Faroe Islands. This tender procedure concerns two agreements: (1) a contract regarding the delivery and installation of 3 ground based Fixed Air Defence Radar systems (FADR), and (2) a framework agreement regarding support for sustainment and training. The two agreements are mutually dependent and shall be seen together as a whole regulating the contractual relations between the winning tenderer (the supplier) and DALO. The supplier shall install the FADRs at the designated locations. The FADRs shall be installed in the established towers at the sites. Two of the three towers are mounted with a radome (those situated at Skagen and at the Faroe Islands), and the third tower is open/without a radome (the one situated at Bornholm). The supplier shall deliver and install a radome for the open tower. Whether the supplier shall deliver and install a radome for the two other towers or reuse the established radomes will be specified in the tender documents and may be subject to negotiations, see the section "General information". The FADRs shall operate in the L- or S frequency band (IEEE) or the equivalent NATO D- or E/F frequency band and have an instrumented range of at least 256 nautical miles in rotating mode. The design of the FADRs shall include the following technologies (A-C) and make use of the following design principles (D-E): A. Full AESA (Active Electronically Scanned Array) with the ability to steer the beams electronically in both azimuth as well as in elevation, i.e., where each antenna element is controlled individually with its own transmit/receive module. B. The ability to focus on a limited sector for obtaining greater range, accuracy, update rate and probability of detection, e.g., by using a so-called Stop-and-Stare mode. C. Use of the latest proven transmitter technology (e.g., GaN - Gallium Nitride) to improve the power efficiency. D. The FADRs shall be software defined, i.e., the functionalities and capabilities (including new ones) are mainly implemented through software. E. Modular Architecture, i.e., the FADRs shall be designed to easily implement future changes and upgrades to the system, for both hardware and software. It shall be possible to monitor and control the FADRs from multiple remotely operational facilities, which are geographically separated from the FADRs. Furthermore, the FADRs should have the capability to detect Tactical Ballistic Missiles (TBM). Each of the FADRs shall, inter alia, include the following: • A 3D phased array Primary Surveillance Radar (PSR). • A Secondary Surveillance Radar (SSR) with all civilian and military interrogation modes. • Monitor and Control Units (MCU) for both local and remote control of the radar system. Further requirements for the FADRs, including interface requirements, will be specified in the tender documents. The framework agreement covers delivery of support for sustainment (spare parts, repair services and technical support) and training services related to the FADRs.
Internal identifier : 4029189

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 35723000 Air defence radar
Additional classification ( cpv ): 50660000 Repair and maintenance services of military electronic systems

5.1.2 Place of performance

Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Bornholm ( DK014 )
Country : Denmark
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( DKZZZ )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 300 Month

5.1.4 Renewal

Maximum renewals : 4
Other information about renewals : The framework agreement for the acquisition of support for sustainment and training has a potential duration of 25 years. The duration of the framework agreement is 7 years and may be extended up to 4 times by DALO: 2 times by 6 years and 2 times by 3 years, combined with a potential duration of 25 years (7 + 6 + 6 + 3 + 3).

5.1.5 Value

Estimated value excluding VAT : 220 000 000 Euro
Maximum value of the framework agreement : 200 000 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
Additional information : The Danish Ministry of Defence Acquisition and Logistics Organisation (DALO) has decided to terminate the abovementioned tender procedure for the without an award. Notice has been sent to the Official Journal today. The reason for the termination is that due to recent developments in the international security situation and the consequent urgent operative need for DALO to procure the desired radar systems, it is DALO's assessment that the procurement can no longer be carried out effectively through the current tender procedure

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : The award criterion is "the most economically advantageous tender". The criteria representing the most economically advantageous tender as well as their weighting will be described in the tender documents.
Criterion :
Type : Quality
Name :
Description : The award criterion is "the most economically advantageous tender". The criteria representing the most economically advantageous tender as well as their weighting will be described in the tender documents.
Description of the method to be used if weighting cannot be expressed by criteria : The evaluation method has not yet been disclosed
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: 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, see section 7(1) of the Act on The Complaints Board for Public Procurement, provided that the notification includes an account of the reasons for the decision. In accordance with section 7(2) of the Act on The Complaints Board for Public Procurement, 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) 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 :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud (The Complaints Board for Public 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: 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, see section 7(1) of the Act on The Complaints Board for Public Procurement, provided that the notification includes an account of the reasons for the decision. In accordance with section 7(2) of the Act on The Complaints Board for Public Procurement, 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) 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 : The Danish Ministry of Defence Acquisition and Logistics Organisation -
Organisation providing offline access to the procurement documents : The Danish Ministry of Defence Acquisition and Logistics Organisation -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen (The Danish Competition and Consumer Authority) -

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

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 7

8. Organisations

8.1 ORG-0001

Official name : The Danish Ministry of Defence Acquisition and Logistics Organisation
Registration number : 16287180
Postal address : Lautrupbjerg 1
Town : Ballerup
Postcode : 2750
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : KAPS - Anders Gylling Kronborg
Telephone : +45 31384326
Internet address : https://www.fmi.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 (The Complaints Board for Public Procurement)
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark
Telephone : +45 72405600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen (The Danish Competition and Consumer Authority)
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark
Telephone : +45 41715000
Internet address : 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 : c2cdf8df-aea2-452d-a0e7-809b2e51b7f5 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 26/02/2025 13:17 +00:00
Notice dispatch date (eSender) : 26/02/2025 14:00 +00:00
Languages in which this notice is officially available : English Danish

11.2 Publication information

Notice publication number : 00134395-2025
OJ S issue number : 42/2025
Publication date : 28/02/2025