Tender for Contract Regarding provision of an AIS Solution and Services related to the Danish Coastal AIS System

I) Background and purpose: The tender is for a Contract regarding provision of an AIS Solution and Services related to the Danish Coastal AIS System. In accordance with Directive 2002/59/EC of the European Parliament and of the council of 27. June 2002 with later amendments, the contracting entity is responsible …

CPV: 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 72200000 Servicios de programación de software y de consultoría, 72210000 Servicios de programación de paquetes de software, 72212000 Servicios de programación de software de aplicación, 72250000 Servicios de sistemas y apoyo, 72300000 Servicios relacionados con datos, 72600000 Servicios de apoyo informático y de consultoría, 72610000 Servicios de apoyo informático
Lugar de ejecución:
Tender for Contract Regarding provision of an AIS Solution and Services related to the Danish Coastal AIS System
Organismo adjudicador:
Søfartsstyrelsen
Número de premio:
1

1. Buyer

1.1 Buyer

Official name : Søfartsstyrelsen
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Tender for Contract Regarding provision of an AIS Solution and Services related to the Danish Coastal AIS System
Description : I) Background and purpose: The tender is for a Contract regarding provision of an AIS Solution and Services related to the Danish Coastal AIS System. In accordance with Directive 2002/59/EC of the European Parliament and of the council of 27. June 2002 with later amendments, the contracting entity is responsible for the Danish Coastal AIS System. The tendered Contract concerns provision of an AIS Solution and related Services that shall be provided in relation to the contracting entity’s Danish Coastal AIS System. The Services shall together with the Danish Costal AIS System be used for traffic surveillance, data analysis and marine aids for navigation. Thus, the Services in relation to the Danish Coastal AIS System play an important role in the following: - As a tool for investigating incidents at sea. - Data analysis to improve the navigational safety of the Danish waters. For instance, by analyzing traffic density filtered by such parameters as draught, speed, and other information. - Data analysis to assess the impact of entrepreneurial projects at sea in relation to safety and the free navigation. - Transmitting information about Virtual AIS AtoNs. - Addressed or broadcasted messages via the Solution. II) Main Services of the Contract: The tendered Contract covers the following Services: A. Implementation Services: The tenderer shall provide Implementation Services related to the Solution, including implementation/installation of the Solution, and testing hereof. The purpose of the Implementation Services is to ensure that the contracting entity can use the Solution as intended. B. Provision of the Solution: The tenderer shall provide a standard AIS Solution for the contracting entity’s use via the internet as a “Software as a Service” (SaaS). The Solution shall be designed and operated to be scalable in relation to the number of users. It is the contracting entity’s expectation that, on average, 10 users will use Solution daily during the term of the Contract. C. Continuing Services: The tenderer shall provide Continuing Services, which includes operation, maintenance, and support. The tenderer shall as a part of the operational services ensure continuous operation of the Solution and all related services, including installation of new Versions and Releases and user administration. Furthermore, the tenderer shall maintain the Solution to secure a stable and up to date functionality and the use of the Solution. The maintenance includes both preventive maintenance as well as troubleshooting and error and incident correction. Finally, the tenderer shall provide support to the contracting entity in relation to the use of the Solution, including handling report of incidents and Faults through a support desk, which shall be available for the contracting entity on Working Days from 08.00-17.00 via telephone and via the tenderer’s customer portal or e-mail. D. Services as per Order: The tenderer shall, to the extent not included in the Implementation Services or in the Continuing Services, provide Services as per Order relating to the Solution. Services as per Order includes consultancy services and provision and installation of Additional Modules. The tenderer shall provide consultancy services related to the Solution on the Customer's request. The consultancy services include among other things further training and education in the use of the Solution, which is caused by new Versions and Releases, and support to the extent not included in the Continuing Services. On the contracting entity’s request, the tenderer shall provide and install Additional Modules with business functionality from the tenderer’s Roadmap. E. Exit Services: As regards termination or expiry of the tendered Contract, in whole or in part, and irrespective of the reason thereto, the tenderer shall provide Exit Services. The Exit Services includes the tenderer’s continued provision of Services until the contracting entity or a new supplier is ready to take over the Services. Furthermore, the Exit Services includes the tenderer’s transfer of the contracting entity’s data from the Solution to the contracting entity or a new Solution provided by a new supplier.
Procedure identifier : a834c306-0a8e-4ebc-96c6-128fdffc84db
Previous notice : dfa8a498-0298-4195-abe8-dde90141c9c0-01
Internal identifier : 356408
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 : After receipt of initial tenders, the contracting entity will conduct individual negotiation meetings with all tenderers who have submitted an initial tender within the deadline stated. The negotiations will be conducted in accordance with the principle of equal treatment, and all tenderers will be given the same amount of time for negotiations with the contracting entity. Successive stages are not used in order to limit the number of tenders to be negotiated. After the negotiations, the contracting entity may choose to issue revised tender documents for further initial or final tenders. The tenderers will be informed thereof at the same time with an invitation to submit a revised initial or final tender. The contracting entity reserves the right to award the Contract on the basis of the first initial tender. The contracting entity will not pay a participation fee to the tenderers. For further information on the process of the negotiations, reference is made to the tender specifications.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72210000 Programming services of packaged software products
Additional classification ( cpv ): 72212000 Programming services of application software
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72610000 Computer support services

2.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : The Solution shall be provided for the contracting entity's use via the internet as a “Software as a Service” (“SaaS”). Other Services may be provided remotely, e.g., via remote access, telephone, email or chat unless otherwise agreed in writing between the Parties. However, see limitations to this in the data processing agreement, cf. Appendix 12 of the tendered Contract.

2.1.3 Value

Estimated value excluding VAT : 15 000 000 Danish krone

2.1.4 General information

Call for competition is terminated
Additional information : The economic operator is established in a country which is included in the EU-list of non-cooperative jurisdictions for tax purposes and has not acceded to the GPA or other trade agree-ments, see section 134 a of the Danish Public Procurement Act. Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the procurement documents, the candidate must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com , or telephone (+45) 70 20 80 14. As its application, the candidate must submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act (udbudsloven). It is not necessary for the candidate to sign the ESPD document. For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. Where the candidate is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The candidate heading the group and submitting the application is not required to sign its ESPD document. If the candidate relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which it relies. Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the applicant and tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156 of the Danish Public Procurement Act, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from applicants and tenderers established in the country holding the official list. The candidate must also submit a letter of commitment in which the entity/entities on which the candidate relies has/have undertaken joint and several liability with the candidate if the candidate is awarded the contract. The form is enclosed as Appendix F to the tender specifications. The contracting entity will select the number of candidates by applying the selection criteria stated in this contract notice, unless the contracting entity receives no more than the stated number of compliant requests for participation. It should be noted that the amount is an estimate of the expected contract price for the entire term of the Contract, including the price of extension options. The estimate is based on on historical data as well as the expected value including all services covered by the tendered Contract. It should be noted that each candidate may only submit one application for prequalification. The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that applications or tenders do not comply with the formal requirements of the tender documents. Attention is drawn to Article 5k in Regulation (EU) No 833/2014, as amended, which applies to the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies etc. (reference is made to Article 5k, section 1, for the precise definition of the operators that are subject to the prohibition). The contracting entity re-serves the right to require at any time during the tender process that the economic operators prove that they are not subject to the prohibition, for example by requiring a declaration to this effect and/or documentation regarding the place of establishment and ownership of the economic operators and any subcontractors. Pursuant to the Danish Investment Screening Act ( https://www.retsinformation.dk/eli/lta/2023/1256) economic operators i) that are domiciled outside the EU or EFTA, or ii) are controlled by or subject to significant influence as defined in the Act from an entity domiciled in or a national of a country outside the EU or EFTA must apply to the Danish Business Authority for an authorisation to enter into a “special financial agreement” within a particularly sensitive sector or activity. The contracting entity has assessed that the conclusion of the contract may be subject to the authorisation requirement. The tenderer should clarify whether tenderer’s conclusion of the contract will be subject to such requirement. Further details are available at https://businessindenmark.virk.dk/guidance/erst-activities-covered-by-the-investment-screening-act/Special-financial-agreements/.
Legal basis :
Directive 2014/24/EU
The Danish Public Procurement Act (Act no. 1564 of 15 December 2015, as amended). - The tender procedure is covered by the Danish Public Procurement Act (Act No. 1564 of 15 December 2015 as amended), which implements the Public Procurement Directive (Directive 2014/24/EU).

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Tender for Contract Regarding provision of an AIS Solution and Services related to the Danish Coastal AIS System
Description : I) Background and purpose: The tender is for a Contract regarding provision of an AIS Solution and Services related to the Danish Coastal AIS System. In accordance with Directive 2002/59/EC of the European Parliament and of the council of 27. June 2002 with later amendments, the contracting entity is responsible for the Danish Coastal AIS System. The tendered Contract concerns provision of an AIS Solution and related Services that shall be provided in relation to the contracting entity’s Danish Coastal AIS System. The Services shall together with the Danish Costal AIS System be used for traffic surveillance, data analysis and marine aids for navigation. Thus, the Services in relation to the Danish Coastal AIS System play an important role in the following: - As a tool for investigating incidents at sea. - Data analysis to improve the navigational safety of the Danish waters. For instance, by analyzing traffic density filtered by such parameters as draught, speed, and other information. - Data analysis to assess the impact of entrepreneurial projects at sea in relation to safety and the free navigation. - Transmitting information about Virtual AIS AtoNs. - Addressed or broadcasted messages via the Solution. II) Main Services of the Contract: The tendered Contract covers the following Services: A. Implementation Services: The tenderer shall provide Implementation Services related to the Solution, including implementation/installation of the Solution, and testing hereof. The purpose of the Implementation Services is to ensure that the contracting entity can use the Solution as intended. B. Provision of the Solution: The tenderer shall provide a standard AIS Solution for the contracting entity’s use via the internet as a “Software as a Service” (SaaS). The Solution shall be designed and operated to be scalable in relation to the number of users. It is the contracting entity’s expectation that, on average, 10 users will use Solution daily during the term of the Contract. C. Continuing Services: The tenderer shall provide Continuing Services, which includes operation, maintenance, and support. The tenderer shall as a part of the operational services ensure continuous operation of the Solution and all related services, including installation of new Versions and Releases and user administration. Furthermore, the tenderer shall maintain the Solution to secure a stable and up to date functionality and the use of the Solution. The maintenance includes both preventive maintenance as well as troubleshooting and error and incident correction. Finally, the tenderer shall provide support to the contracting entity in relation to the use of the Solution, including handling report of incidents and Faults through a support desk, which shall be available for the contracting entity on Working Days from 08.00-17.00 via telephone and via the tenderer’s customer portal or e-mail. D. Services as per Order: The tenderer shall, to the extent not included in the Implementation Services or in the Continuing Services, provide Services as per Order relating to the Solution. Services as per Order includes consultancy services and provision and installation of Additional Modules. The tenderer shall provide consultancy services related to the Solution on the Customer's request. The consultancy services include among other things further training and education in the use of the Solution, which is caused by new Versions and Releases, and support to the extent not included in the Continuing Services. On the contracting entity’s request, the tenderer shall provide and install Additional Modules with business functionality from the tenderer’s Roadmap. E. Exit Services: As regards termination or expiry of the tendered Contract, in whole or in part, and irrespective of the reason thereto, the tenderer shall provide Exit Services. The Exit Services includes the tenderer’s continued provision of Services until the contracting entity or a new supplier is ready to take over the Services. Furthermore, the Exit Services includes the tenderer’s transfer of the contracting entity’s data from the Solution to the contracting entity or a new Solution provided by a new supplier.
Internal identifier : 356408

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72210000 Programming services of packaged software products
Additional classification ( cpv ): 72212000 Programming services of application software
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72610000 Computer support services
Options :
Description of the options : The tendered Contract contains no options, except for extension options.

5.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : The Solution shall be provided for the contracting entity's use via the internet as a “Software as a Service” (“SaaS”). Other Services may be provided remotely, e.g., via remote access, telephone, email or chat unless otherwise agreed in writing between the Parties. However, see limitations to this in the data processing agreement, cf. Appendix 12 of the tendered Contract.

5.1.3 Estimated duration

Duration : 84 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The estimated duration of the Contract put out for tender is inclusive of the extension option. 60 months constitutes the ordinary term of the Contract from the latest signature, while the remaining 24 months constitutes the extension period of the Contract. The Contract may be extended by two (2) times 12 months.

5.1.5 Value

Estimated value excluding VAT : 15 000 000 Danish krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The economic operator is established in a country which is included in the EU-list of non-cooperative jurisdictions for tax purposes and has not acceded to the GPA or other trade agree-ments, see section 134 a of the Danish Public Procurement Act. Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the procurement documents, the candidate must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com , or telephone (+45) 70 20 80 14. As its application, the candidate must submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act (udbudsloven). It is not necessary for the candidate to sign the ESPD document. For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. Where the candidate is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The candidate heading the group and submitting the application is not required to sign its ESPD document. If the candidate relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which it relies. Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the applicant and tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156 of the Danish Public Procurement Act, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from applicants and tenderers established in the country holding the official list. The candidate must also submit a letter of commitment in which the entity/entities on which the candidate relies has/have undertaken joint and several liability with the candidate if the candidate is awarded the contract. The form is enclosed as Appendix F to the tender specifications. The contracting entity will select the number of candidates by applying the selection criteria stated in this contract notice, unless the contracting entity receives no more than the stated number of compliant requests for participation. It should be noted that the amount is an estimate of the expected contract price for the entire term of the Contract, including the price of extension options. The estimate is based on on historical data as well as the expected value including all services covered by the tendered Contract. It should be noted that each candidate may only submit one application for prequalification. The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that applications or tenders do not comply with the formal requirements of the tender documents. Attention is drawn to Article 5k in Regulation (EU) No 833/2014, as amended, which applies to the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies etc. (reference is made to Article 5k, section 1, for the precise definition of the operators that are subject to the prohibition). The contracting entity re-serves the right to require at any time during the tender process that the economic operators prove that they are not subject to the prohibition, for example by requiring a declaration to this effect and/or documentation regarding the place of establishment and ownership of the economic operators and any subcontractors. Pursuant to the Danish Investment Screening Act ( https://www.retsinformation.dk/eli/lta/2023/1256) economic operators i) that are domiciled outside the EU or EFTA, or ii) are controlled by or subject to significant influence as defined in the Act from an entity domiciled in or a national of a country outside the EU or EFTA must apply to the Danish Business Authority for an authorisation to enter into a “special financial agreement” within a particularly sensitive sector or activity. The contracting entity has assessed that the conclusion of the contract may be subject to the authorisation requirement. The tenderer should clarify whether tenderer’s conclusion of the contract will be subject to such requirement. Further details are available at https://businessindenmark.virk.dk/guidance/erst-activities-covered-by-the-investment-screening-act/Special-financial-agreements/.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Reference is made to the tender specifications, Appendix A, paragraph 1, item 1.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : Reference is made to the tender specifications, Appendix A, paragraph 1, item 2.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk) , the following deadlines apply to the lodging of complaints: Complaints of not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 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 a contract. The deadline is calculated from the day after the day when the notice was published. 2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract 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) 6 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) of the Act and section 171(4) of the Danish Public Procurement Act. 4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the complaint was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act. The e-mail address of the Complaints Board for Public Procurement is klfu@naevneneshus.dk . The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/.

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Information about review deadlines : Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk) , the following deadlines apply to the lodging of complaints: Complaints of not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 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 a contract. The deadline is calculated from the day after the day when the notice was published. 2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract 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) 6 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) of the Act and section 171(4) of the Danish Public Procurement Act. 4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the complaint was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act. The e-mail address of the Complaints Board for Public Procurement is klfu@naevneneshus.dk . The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/.
Organisation providing additional information about the procurement procedure : Søfartsstyrelsen -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation signing the contract : Søfartsstyrelsen

6. Results

Value of all contracts awarded in this notice : 11 894 350 Danish krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : GateHouse Maritime A/S
Tender :
Tender identifier : Tender for Contract regarding Application and Services related to the Danish Coastal AIS System - GateHouse Maritime A/S
Identifier of lot or group of lots : LOT-0000
Value of the tender : 11 894 350 Danish krone
The tender was ranked : no
Subcontracting : No
Contract information :
Identifier of the contract : Tender for Contract regarding Application and Services related to the Danish Coastal AIS System - GateHouse Maritime A/S
Date of the conclusion of the contract : 24/02/2025
Organisation signing the contract : Søfartsstyrelsen

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2
Range of tenders :
Value of the lowest admissible tender : 11 152 150 Danish krone
Value of the highest admissible tender : 11 894 350 Danish krone

8. Organisations

8.1 ORG-0001

Official name : Søfartsstyrelsen
Registration number : 29831610
Postal address : Caspar Brands Plads 9
Town : Korsør
Postcode : 4220
Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark
Contact point : MBA
Email : mba@dma.dk
Telephone : +45 72196138
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation signing the contract

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +45 72405600
Roles of this organisation :
Review organisation

8.1 ORG-0003

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

8.1 ORG-0004

Official name : GateHouse Maritime A/S
Registration number : DK37439568
Postal address : Strømmen 6
Town : Nørresundby
Postcode : 9400
Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark
Telephone : +45 60174536
Internet address : https://gatehouse.com/
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 : 705a6759-f322-49df-8532-52c6240eb8f9 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 28/02/2025 12:46 +00:00
Notice dispatch date (eSender) : 28/02/2025 13:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00139833-2025
OJ S issue number : 43/2025
Publication date : 03/03/2025