Negotiated procedure of Explosive Detection Systems for Cabin Baggage (EDSCB) for Billund Lufthavn A/S

The Contracting Authority wishes to conclude the Agreement with one (1) Contractor for delivery and possible service agreement of three (3) explosive detection systems for cabin baggage (herein referred to as EDSCB). This invitation to tender concerns a replacement of three (3) of the Contracting Authority’s existing EDSCB’s in accordance …

CPV: 38000000 Equipo de laboratorio, óptico y de precisión (excepto gafas), 38581000 Equipo de escáner para equipajes
Lugar de ejecución:
Negotiated procedure of Explosive Detection Systems for Cabin Baggage (EDSCB) for Billund Lufthavn A/S
Organismo adjudicador:
Billund Lufthavn A/S
Número de premio:
Negotiated procedure of Explosive Detection Systems for Cabin Baggage (EDSCB) for Billund Lufthavn A/S

1. Buyer

1.1 Buyer

Official name : Billund Lufthavn A/S
Activity of the contracting entity : Airport-related activities

2. Procedure

2.1 Procedure

Title : Negotiated procedure of Explosive Detection Systems for Cabin Baggage (EDSCB) for Billund Lufthavn A/S
Description : The Contracting Authority wishes to conclude the Agreement with one (1) Contractor for delivery and possible service agreement of three (3) explosive detection systems for cabin baggage (herein referred to as EDSCB). This invitation to tender concerns a replacement of three (3) of the Contracting Authority’s existing EDSCB’s in accordance with EU standards for security in European Airport. The Contracting Authority intends to invest in three (3) new EU/ECAC std C3 approved EDSCB Scanners in its security check point of cabin and carry-on baggage, with an option for additionally up to three (3) more EDSCB, cf. section 1.5.4. The tender regards a contract on the delivery, installation and integration of three (3) EDSCB including all necessary hardware, software etc. needed for full and fault-free functionality. Furthermore, the tender regards an option for a service agreement of up to five (5) years after the initial two (2) years warranty period. The new EDSCBs are to be integrated in existing security lanes by the Supplier, and to the extent possible to the Contracting Authority’s existing remote screening solutions. For a more detailed description of the existing technical environment at Billund Airport and minimum requirements for the EDSCB, please refer to Contract Appendix 1 – General descriptions, minimum requirements and competitive parameters, and Contract Appendix 4 – Drawings.
Procedure identifier : 86aad88c-ee0b-455e-b449-6af8a0b168ca
Internal identifier : Negotiated procedure of Explosive Detection Systems for Cabin Baggage (EDSCB) for Billund Lufthavn A/S
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
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 38581000 Baggage-scanning equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark

2.1.4 General information

Additional information : Grounds for exclusion according to § 134 a of the Public Procurement Act: Is the economic operator established in a country that is on the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO's Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to bidders established in the country in question. The Contracting Authority must also exclude economic operators who are subject to the EU's sanctions in accordance with EU Regulation No. 833/2014 as amended, Article 5k on restrictive measures on the basis of Russia's actions that destabilize the situation in Ukraine. Lots: The Contracting Authority has decided not to divide the Agreement into lots. Based on the financial circumstances, the Contracting Authority has estimated that more favourable prices can be achieved with one overall Contract. Out of consideration for the quality and coherence of the collected assignment for which tenders are invited, it is found expedient to have one overall Contract, as a division into lots, based on market conditions, is not assessed to give additional enterprises – including SMEs – the opportunity to submit tenders. Questions/answers: The Applicant/Tenderer is requested to seek to clarify any ambiguities and uncertainties by asking questions about the invitation to tender. All questions must be asked in ETHICS by clicking ‘Send Questions’ under the ‘Communication’ tab. The dialogue box is then filled in with reference and question. By clicking ‘Send’, the question is forwarded to the Contracting Authority. The Contracting Authority answers questions by uploading a question-and-answer document, see Contract Appendix 5 – Questions and answers. According to the time schedule in clause 1.7, questions received before the deadline for submission of questions will be answered by the Contracting Authority, whereas questions received after the deadline will only be answered if the nature of the question does not make it disproportionately onerous for the Contracting Authority to answer the question within the response deadline. Questions received later than six (6) whole days before the application deadline and the tender deadline, respectively, will generally not be answered. The Contracting Authority's reservations: The Contracting Authority reserves the right to accept the initial tender. Verification of information in the ESPD: In continuation of the notification of prequalification, the Tenderer, other entities and associations must, at the Contracting Authority’s request, submit documentation for the information provided in ESPD in connection with the prequalification in accordance with Sections 144 and 152 of the Danish Public Procurement Act. How this documentation must be submitted is described in clauses 3.1.1 and 3.1.2. The Contracting Authority is entitled, but not obliged, to request the Tenderer, the association’s participants or other entities to supplement or specify the received documentation, cf. the Utilities Directive art. 76 (4). Documentation for not being covered by grounds for exclusion: If the Tenderer, the association’s participants or other entities are from Denmark, the documentation is presented in the form of a service certificate from the Danish Business Authority. The service certificate must contain information from: • The Enforcement Court vs The Danish Court Administration • The Danish Customs and Tax Administration • The Danish Labour Market Supplementary Pension Fund (ATP) • The Police (the Danish Central Crime Register) o Please note that a ‘declaration of consent’ must be filled in, signed and uploaded when ordering the service certificate. The service certificate is ordered from Virk.dk. The service certificate must be maximum six (6) months old calculated from the date set by the Contracting Authority as the deadline for the submission of a request for documentation. The processing time with the Danish Business Authority is approximately two (2) weeks from when the order has been received. If the Tenderer, one or more of the participants in the association or other entities is/are not from Denmark, the types of documentation stated in e-Certis must generally be produced. E-Certis is an online information system which is to be used to find the right documentation to be used by EU Member States in connection with invitations to tender and procurement procedures. If these countries do not issue the relevant certificates or documents, or if the issued certificates or documents do not cover all the relevant cases, they can be replaced by a sworn declaration. If such a sworn declaration is not used in the country in question, a solemn declaration may be used instead. Documentation of ability (ESPD Part IV): Information on references provided in the ESPD Part IV – Selection criteria is not required to be verified.
Legal basis :
Directive 2014/25/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).
Agreements with other economic operators aimed at distorting competition : Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
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, and d) 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?
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.
Early termination, damages or other comparable sanctions : Has the economic operator experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract?
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 : Negotiated procedure of Explosive Detection Systems for Cabin Baggage (EDSCB) for Billund Lufthavn A/S
Description : The Contracting Authority wishes to conclude the Agreement with one (1) Contractor for delivery and possible service agreement of three (3) explosive detection systems for cabin baggage (herein referred to as EDSCB). This invitation to tender concerns a replacement of three (3) of the Contracting Authority’s existing EDSCB’s in accordance with EU standards for security in European Airport. The Contracting Authority intends to invest in three (3) new EU/ECAC std C3 approved EDSCB Scanners in its security check point of cabin and carry-on baggage, with an option for additionally up to three (3) more EDSCB, cf. section 1.5.4. The tender regards a contract on the delivery, installation and integration of three (3) EDSCB including all necessary hardware, software etc. needed for full and fault-free functionality. Furthermore, the tender regards an option for a service agreement of up to five (5) years after the initial two (2) years warranty period. The new EDSCBs are to be integrated in existing security lanes by the Supplier, and to the extent possible to the Contracting Authority’s existing remote screening solutions. For a more detailed description of the existing technical environment at Billund Airport and minimum requirements for the EDSCB, please refer to Contract Appendix 1 – General descriptions, minimum requirements and competitive parameters, and Contract Appendix 4 – Drawings.
Internal identifier : Negotiated procedure of Explosive Detection Systems for Cabin Baggage (EDSCB) for Billund Lufthavn A/S

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38000000 Laboratory, optical and precision equipments (excl. glasses)
Additional classification ( cpv ): 38581000 Baggage-scanning equipment
Options :
Description of the options : Option for purchase of additional EDSCB: As an option the Contraction Authority may activate purchase (delivery, installation and integration) of additional 1 and/or 2 EDSCBs (3 in total). The option shall be activated within two (2) years after the signing of the Agreement. 1Options for service agreement: As an option the Contracting Authority may activate a service agreement for the acquired EDSCBs. The service agreement must initially be a 2-year service agreement. Subsequently, the Contracting Authority may choose to extend the service period for two (2) more years and hereafter to extend for an additional year. In total up to five (5) years. The first option shall be activated within two (2) years after passed Confidence trials (the warranty period) for each individual EDSCB. The next two options shall be activated within the two (2) years of the first option and within the two (2) years of the second option respectively. The use of the option must be notified by the Contracting Authority no later than six (6) months before the end of the two (2) years of the extension of an option. Further details about the service agreement are described in Draft for Contract, section 5 and in Contract Appendix 1 – General descriptions, minimum requirements and competitive parameters.

5.1.2 Place of performance

Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 0

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 : Grounds for exclusion according to § 134 a of the Public Procurement Act: Is the economic operator established in a country that is on the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO's Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to bidders established in the country in question. The Contracting Authority must also exclude economic operators who are subject to the EU's sanctions in accordance with EU Regulation No. 833/2014 as amended, Article 5k on restrictive measures on the basis of Russia's actions that destabilize the situation in Ukraine. Lots: The Contracting Authority has decided not to divide the Agreement into lots. Based on the financial circumstances, the Contracting Authority has estimated that more favourable prices can be achieved with one overall Contract. Out of consideration for the quality and coherence of the collected assignment for which tenders are invited, it is found expedient to have one overall Contract, as a division into lots, based on market conditions, is not assessed to give additional enterprises – including SMEs – the opportunity to submit tenders. Questions/answers: The Applicant/Tenderer is requested to seek to clarify any ambiguities and uncertainties by asking questions about the invitation to tender. All questions must be asked in ETHICS by clicking ‘Send Questions’ under the ‘Communication’ tab. The dialogue box is then filled in with reference and question. By clicking ‘Send’, the question is forwarded to the Contracting Authority. The Contracting Authority answers questions by uploading a question-and-answer document, see Contract Appendix 5 – Questions and answers. According to the time schedule in clause 1.7, questions received before the deadline for submission of questions will be answered by the Contracting Authority, whereas questions received after the deadline will only be answered if the nature of the question does not make it disproportionately onerous for the Contracting Authority to answer the question within the response deadline. Questions received later than six (6) whole days before the application deadline and the tender deadline, respectively, will generally not be answered. The Contracting Authority's reservations: The Contracting Authority reserves the right to accept the initial tender. Verification of information in the ESPD: In continuation of the notification of prequalification, the Tenderer, other entities and associations must, at the Contracting Authority’s request, submit documentation for the information provided in ESPD in connection with the prequalification in accordance with Sections 144 and 152 of the Danish Public Procurement Act. How this documentation must be submitted is described in clauses 3.1.1 and 3.1.2. The Contracting Authority is entitled, but not obliged, to request the Tenderer, the association’s participants or other entities to supplement or specify the received documentation, cf. the Utilities Directive art. 76 (4). Documentation for not being covered by grounds for exclusion: If the Tenderer, the association’s participants or other entities are from Denmark, the documentation is presented in the form of a service certificate from the Danish Business Authority. The service certificate must contain information from: • The Enforcement Court vs The Danish Court Administration • The Danish Customs and Tax Administration • The Danish Labour Market Supplementary Pension Fund (ATP) • The Police (the Danish Central Crime Register) o Please note that a ‘declaration of consent’ must be filled in, signed and uploaded when ordering the service certificate. The service certificate is ordered from Virk.dk. The service certificate must be maximum six (6) months old calculated from the date set by the Contracting Authority as the deadline for the submission of a request for documentation. The processing time with the Danish Business Authority is approximately two (2) weeks from when the order has been received. If the Tenderer, one or more of the participants in the association or other entities is/are not from Denmark, the types of documentation stated in e-Certis must generally be produced. E-Certis is an online information system which is to be used to find the right documentation to be used by EU Member States in connection with invitations to tender and procurement procedures. If these countries do not issue the relevant certificates or documents, or if the issued certificates or documents do not cover all the relevant cases, they can be replaced by a sworn declaration. If such a sworn declaration is not used in the country in question, a solemn declaration may be used instead. Documentation of ability (ESPD Part IV): Information on references provided in the ESPD Part IV – Selection criteria is not required to be verified.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Criterion :
Type : Suitability to pursue the professional activity
Criterion :
Type : Technical and professional ability
Name : For supply contracts: performance of deliveries of the specified type
Description : The Applicant lists the up to five (5) references which the Applicant considers most comparable to the present tender, and which alone or together fulfils the minimum requirements, cf. the last two bullets. See last bullet below in relation to what the Contracting Authority defines as “a comparable” reference. • If more references are provided, the Contracting Authority will only assess the five (5) latest references. Latest references mean unconcluded references or references with termination closest to the tender deadline. If more references are unconcluded, the Contracting Authority will assess the references with the latest commencement date. • The Applicant must click ‘+’ to fill in more references. • The references must have been carried out within the last three (3) years calculated from the date of the application deadline. • The Contracting Authority will disregard references concluded more than three (3) years before the application deadline. • For references with an older commencement date, but where assignments (part assignments) have been concluded within the past three (3) years, the Contracting Authority will only assess the assignments (part assignments) which the Applicant has performed within the last three (3) years calculated from expiry of the application deadline. The Applicant is responsible for specifying the contents of the reference, so that the assignments (part assignments) in question are clearly stated. The references must contain the following: • Description: Description of assignment(s) with focus on the elements that make the reference comparable and compliant in relation to the minimum requirements below. The description may also contain information about the period(s) in which the assignment has been performed (start and conclusion dates). • Amount: The tendered assignment’s value in DKK, i.e. the amount paid by the customer for the performance of assignments. • Date: Date for start-up (commencement date) and date for completion (conclusion date) of the most recent assignment listed under ‘Description’. For references which have not yet been concluded, the field ‘conclusion date’ is left blank/empty. • Recipients: Customer name incl. contact person and contact person’s telephone number. Minimum requirement: • It is a minimum requirement that the Applicant holds at least one (1) comparable reference within the last three (3) years. • The minimum requirement can be met by a reference containing the above assignment or by a combination of references from several customers, as long as the references substantiate overall that each of these assignments has been performed for minimum one (1) customer. By comparable reference, the Contracting Authority means the following: • Delivery, installation and integration of minimum two (2) EDSCB, EU/ECAC std. C3 to a European Airport within the last three (3) years.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 4
Maximum number of candidates to be invited for the second stage of the procedure : 4

5.1.11 Procurement documents

Deadline for requesting additional information : 08/10/2024 21:55 +00:00

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 : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : The Tenderer must provide a Demand Guarantee as described in Contract Appendix 2 – Outline of Delivery, Payment, Demand Guarantee, Penalty and Billing. The Demand Guarantee must be an irrevocable Demand Guarantee issued by an approved financial institution or guarantee insurance business. The Demand Guarantee must be provided on the basis of the Sum of the order. The Sum of the order is defined as the value of the Contract, without the options.
Deadline for receipt of requests to participate : 15/10/2024 10:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : The Contracting Authority is entitled, but not obliged, to request the Applicant to supplement, specify or complete the application and/or the tender by submitting relevant information or documentation within a reasonable deadline if this can be done in accordance with Utilities Directive art. 76 (4).
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 : None applicable
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : Please find a detailed description in the Contract section 8.4.
Information about review deadlines : Complains must be filed with The Complaints Board for Public Procurement within: 1) Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. 2) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date); 3) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision; 4) 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision 5) 20 calendar days starting the day after the contracting authority has notified about its decision, cf. the Public Procurement Act, section 185, subsection 2, 2nd sentence. The Complaints Board for Public Procurement's own complaints guide can be found at www.naevneneshus.dk.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for udbud
Organisation providing additional information about the procurement procedure : Billund Lufthavn A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
TED eSender : Mercell Holding ASA

8. Organisations

8.1 ORG-0001

Official name : Billund Lufthavn A/S
Registration number : ORG-null
Postal address : Passagerterminalen 10
Town : Billund
Postcode : 7190
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Martin Buus Poulsen
Telephone : 53360036
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

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 72405708
Information exchange endpoint (URL) : https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
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 : 5b558c3c-acd0-43f3-8eff-9c395a0b607a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/09/2024 07:59 +00:00
Notice dispatch date (eSender) : 13/09/2024 12:02 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00553953-2024
OJ S issue number : 180/2024
Publication date : 16/09/2024