Open 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 up to four (4) explosive detection systems for cabin baggage (herein referred to as EDSCB). This invitation to tender concerns a replacement of up to four (4) of the Contracting Authority’s …

CPV: 38581000 Equipo de escáner para equipajes
Lugar de ejecución:
Open procedure of Explosive Detection Systems for Cabin Baggage (EDSCB) for Billund Lufthavn A/S
Organismo adjudicador:
Billund Lufthavn A/S
Número de premio:
Open 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 : Open 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 up to four (4) explosive detection systems for cabin baggage (herein referred to as EDSCB). This invitation to tender concerns a replacement of up to four (4) of the Contracting Authority’s existing EDSCB’s in accordance with EU standards for security in European Airport. The Contracting Authority intends to initially invest in up to four (4) new EU/ECAC std C3 approved EDSCB Scanners in its security check point of cabin and carry-on baggage, with an option for additionally two (2) EDSCB, cf. section 1.5.4. The tender regards a contract on the delivery, installation and integration of up to four (4) 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, Contract Appendix 4 – Drawing of Security checkpoint, and Contract Appendix 5 – Pictures of the SSL i-Lanes at Billund Airport.
Procedure identifier : 7fab6d68-bf19-4807-bcb7-1bb2998ae94e
Previous notice : d8cae279-a937-4243-b684-a56eec9b94ec-01
Internal identifier : Open procedure of Explosive Detection Systems for Cabin Baggage (EDSCB) for Billund Lufthavn A/S
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 ): 38581000 Baggage-scanning equipment

2.1.2 Place of performance

Postal address : Passagerterminalen 10
Town : Billund
Postcode : 7190
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark

2.1.4 General information

Call for competition is terminated
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

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Open 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 up to four (4) explosive detection systems for cabin baggage (herein referred to as EDSCB). This invitation to tender concerns a replacement of up to four (4) of the Contracting Authority’s existing EDSCB’s in accordance with EU standards for security in European Airport. The Contracting Authority intends to initially invest in up to four (4) new EU/ECAC std C3 approved EDSCB Scanners in its security check point of cabin and carry-on baggage, with an option for additionally two (2) EDSCB, cf. section 1.5.4. The tender regards a contract on the delivery, installation and integration of up to four (4) 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, Contract Appendix 4 – Drawing of Security checkpoint, and Contract Appendix 5 – Pictures of the SSL i-Lanes at Billund Airport.
Internal identifier : Open 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 ): 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 two (2) EDSCB units. As these EDSCB units will be for lane 5 and 6, which currently does not have the same SSL-i-Lanes, as lane 1-4, the price for EDSCB for lane 5 and 6 will alone be the price for the EDSCB-unit without integration to SSL-i-Lanes as described in Contract Appendix 3 – Price List. The option shall be activated within two (2) years after the signing of the Agreement. Options 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.

5.1.2 Place of performance

Postal address : Passagerterminalen 10
Town : Billund
Postcode : 7190
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

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.

5.1.12 Terms of procurement

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

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for udbud -
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.
Organisation providing additional information about the procurement procedure : Billund Lufthavn A/S -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation whose budget is used to pay for the contract : Billund Lufthavn A/S
Organisation executing the payment : Billund Lufthavn A/S
Organisation signing the contract : Billund Lufthavn A/S

6. Results

Value of all contracts awarded in this notice : 21 032 447 Danish krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Houlberg Instrumentering A/S
Tender :
Tender identifier : Winning tenderer
Identifier of lot or group of lots : LOT-0000
Value of the tender : 21 032 447 Danish krone
The tender is a variant : no
Country of origin of the product or the service : Denmark
Subcontracting : No
Contract information :
Identifier of the contract : Houlberg Instrumentering A/S
Title : Open procedure of Explosive Detection Systems for Cabin Baggage (EDSCB) for Billund Lufthavn A/S
Date on which the winner was chosen : 06/02/2025
Date of the conclusion of the contract : 25/02/2025
Organisation signing the contract : Billund Lufthavn A/S

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 1
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 : 0
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 : 1

8. Organisations

8.1 ORG-0001

Official name : Klagenævnet for udbud
Registration number : 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-0002

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
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-0003

Official name : Billund Lufthavn A/S
Registration number : CVR nr.: 23 34 31 18
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
Organisation signing the contract
Organisation whose budget is used to pay for the contract
Organisation executing the payment

8.1 ORG-0004

Official name : Houlberg Instrumentering A/S
Registration number : CVR number: 81531811
Postal address : Søhesten 17
Town : Ishøj
Postcode : 2635
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +4523253040
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0005

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 : 0c20c050-023e-40a1-b66c-0c7ea3f44c9e - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 17/03/2025 14:23 +00:00
Notice dispatch date (eSender) : 17/03/2025 14:54 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00178738-2025
OJ S issue number : 55/2025
Publication date : 19/03/2025