Iridium SIM cards incl. RUDICS and SBD services

This tender apply to the Contracting Authority’s procurement for open procedure regarding Iridium sim cards incl. RUDICS and SBD services. This tender apply to the Contracting Authority’s procurement for open procedure regarding Iridium sim cards incl. RUDICS and SBD services.

CPV: 32530000 Equipo del tipo usado para comunicaciones por satélite
Plazo:
11 de abril de 2025 a las 08:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Iridium SIM cards incl. RUDICS and SBD services
Organismo adjudicador:
Klimadatastyrelsen
Número de premio:
8011-4024

1. Buyer

1.1 Buyer

Official name : Klimadatastyrelsen
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Iridium SIM cards incl. RUDICS and SBD services
Description : This tender apply to the Contracting Authority’s procurement for open procedure regarding Iridium sim cards incl. RUDICS and SBD services.
Procedure identifier : f9373cbe-7958-46dd-8547-325601448bfc
Internal identifier : 8011-4024
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
Main classification ( cpv ): 32530000 Satellite-related communications equipment

2.1.2 Place of performance

Country : Greenland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 7 800 000 Danish krone
Maximum value of the framework agreement : 61 800 000 Danish krone

2.1.4 General information

Additional information : Upon request from the Contracting Entity, tenderers must show that they are not subject to any exclusion grounds by providing the following documentation: • An extract from a relevant register or a similar document issued by a competent authority showing that the tenderer is not subject to the exclusion grounds set out in section 134a, 135(1),136 of the Public Procurement Act; and • A certificate issued by a competent authority showing that the tenderer is not subject to the exclusion grounds set out in sections 135(3) and 137(1), para. 1,2 and 6 of the Public Procurement Act. For Danish tenderers, the documentation requirement may be met by submitting an official certificate from the Danish Business Authority, which must be issued no more than 6 months before the date of submission. The contracting authority highlights that the sanctions regulation’s Article 5k prohibits to award public contracts to economic operators in Russia or with Russian involvement. The prohibition in Article 5k concerns the following economic operators: a) a Russian national, or a natural or legal person, entity or body established in Russia; b) a legal person, entity or body whose proprietary rights are directly or indirectly owned for more than 50 % by an entity referred to in point (a) of this paragraph; or c) a natural or legal person, entity or body acting on behalf or at the direction of an entity referred to in point (a) or (b) of this paragraph, including, where they account for more than 10 % of the contract value, subcontractors, suppliers or entities whose capacities are being relied on within the meaning of the public procurement Directives. The contracting authority reserves the right to at any time during the procurement procedure to require documentation for the tenderer not being subject to the prohibition in the sanctions Regulation Article 5k. The tenderer has to sign appendix 5 for documentation.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator
Arrangement with creditors : Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Breaching of obligations in the fields of environmental law : Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Breaching of obligations in the fields of labour law : Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Assets being administered by liquidator : Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Purely national exclusion grounds : In connection with the submission of its tender, the tenderer must complete and enclose the ESPD as preliminary proof that the tenderer is not affected by the mandatory grounds for exclusion set out in section 134a og the Danish public procurement act.
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Breaching of obligations in the fields of social law : Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Iridium SIM cards incl. RUDICS and SBD services
Description : This tender apply to the Contracting Authority’s procurement for open procedure regarding Iridium sim cards incl. RUDICS and SBD services.
Internal identifier : 8011-4024

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32530000 Satellite-related communications equipment

5.1.2 Place of performance

Country : Greenland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/06/2025
Duration end date : 01/09/2027

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : The Agreement commences at the 1 June 2025 and remains in effect until the 1 September 2027 with the option for 1-year extension.

5.1.5 Value

Estimated value excluding VAT : 7 800 000 Danish krone
Maximum value of the framework agreement : 61 800 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Upon request from the Contracting Entity, tenderers must show that they are not subject to any exclusion grounds by providing the following documentation: • An extract from a relevant register or a similar document issued by a competent authority showing that the tenderer is not subject to the exclusion grounds set out in section 134a, 135(1),136 of the Public Procurement Act; and • A certificate issued by a competent authority showing that the tenderer is not subject to the exclusion grounds set out in sections 135(3) and 137(1), para. 1,2 and 6 of the Public Procurement Act. For Danish tenderers, the documentation requirement may be met by submitting an official certificate from the Danish Business Authority, which must be issued no more than 6 months before the date of submission. The contracting authority highlights that the sanctions regulation’s Article 5k prohibits to award public contracts to economic operators in Russia or with Russian involvement. The prohibition in Article 5k concerns the following economic operators: a) a Russian national, or a natural or legal person, entity or body established in Russia; b) a legal person, entity or body whose proprietary rights are directly or indirectly owned for more than 50 % by an entity referred to in point (a) of this paragraph; or c) a natural or legal person, entity or body acting on behalf or at the direction of an entity referred to in point (a) or (b) of this paragraph, including, where they account for more than 10 % of the contract value, subcontractors, suppliers or entities whose capacities are being relied on within the meaning of the public procurement Directives. The contracting authority reserves the right to at any time during the procurement procedure to require documentation for the tenderer not being subject to the prohibition in the sanctions Regulation Article 5k. The tenderer has to sign appendix 5 for documentation.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The tender with the lowest price, based on Appendix 2, will be awarded the contract.
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 :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 11/04/2025 08:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
Additional information : Danish public procurement act article 159, pont 5: While observing the principles of section 2, the contracting authority may request the candidate or tenderer to supplement, specify or complete the request for participation or tender by submitting relevant information or documentation within a suitable time limit, where the information or documents submitted by candidates or tenderers in relation to a request to participate or a tender are incomplete or incorrect, or where specific documents are missing. The request may not result in submission by the candidate or tenderer of a new request to participate or a new tender.
Information about public opening :
Opening date : 11/04/2025 08:00 +00:00
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 Customer wishes that the performance of the Contract is in accordance with the principles of UN Global Compact initiative. The Supplier must ensure that employees of the Supplier and subcontractors, if any, who contribute to the performance of the Contract are guaranteed wages (including special payments), hours of work and other conditions of labor which are not less favorable than those applicable to work of the same character pursuant to a collective agreement entered into by the most representative social partners in Denmark within the trade and industry concerned and which apply to the entire territory of Denmark. By “contribute to the performance of the Contract” is meant work performed in Denmark for the purpose of performing the Contract.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

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

Mediation organisation : Klagenævnet for Udbud -
Review organisation : Klagenævnet for Udbud -
Information about review deadlines : Precise Information on Complaint Deadlines: Pursuant to Consolidation Act No. 593 of 02.06.2016 on the Act on the Complaints Board for Public Procurement, the following complaint deadlines apply in relation to the execution of tenders: A complaint regarding not being prequalified must be submitted to the Complaints Board for Public Procurement within 20 calendar days from the day after the contracting authority has sent a notification to the affected applicants about who has been prequalified, provided that the notification includes a brief explanation of the relevant reasons for the decision, cf. Section 7(1) of the Act. A complaint regarding the awarding of the contract must be submitted to the Complaints Board for Public Procurement within 45 days after the contracting authority has published a notice in the Official Journal of the European Union stating that the contract has been awarded. A complaint related to the conclusion of a framework agreement must be submitted within 6 months from the day after the contracting authority has notified the affected applicants and tenderers. No later than at the same time as submitting a complaint to the Complaints Board for Public Procurement, the complainant must notify the contracting authority in writing that a complaint has been submitted and whether the complaint has been filed within the standstill period, cf. Section 6(4) of the Act. In cases where the complaint is not submitted within the standstill period, the complainant must also state whether a request for suspensive effect of the complaint is being made, cf. Section 12(1) of the Act. At the time of submitting the complaint, a complaint fee of DKK 20,000 must be paid to the Complaints Board for Public Procurement.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Konkurrence- og Forbrugerstyrelsen -
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Konkurrence- og Forbrugerstyrelsen -
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Konkurrence- og Forbrugerstyrelsen -
Organisation providing additional information about the procurement procedure : Klimadatastyrelsen -
Organisation providing offline access to the procurement documents : Klimadatastyrelsen -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation receiving requests to participate : Klimadatastyrelsen -
Organisation processing tenders : Klimadatastyrelsen -

8. Organisations

8.1 ORG-0001

Official name : Klimadatastyrelsen
Registration number : 37284114
Postal address : Sankt Plads 11
Town : København ø
Postcode : 2100
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Sofie Ørsted
Telephone : +45 72545815
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 : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405600
Roles of this organisation :
Review organisation
Mediation 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
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 63d31b97-8b6b-455f-ae09-9f1136a60b56 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/03/2025 12:57 +00:00
Notice dispatch date (eSender) : 11/03/2025 13:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00160685-2025
OJ S issue number : 50/2025
Publication date : 12/03/2025