Tender for global outsourcing of receipt of applications for visa and residence/work permits (2)

The Danish Ministry of Foreign Affairs has conducted a tender with the following description: The Danish Ministry of Foreign Affairs is inviting tenderers for the provision of services related to the receipt and completeness control of short-term visa and residence permit applications on behalf of Danish foreign missions. The estimated …

CPV: 98390000 Otros servicios, 48170000 Paquetes de software de conformidad, 48421000 Paquetes de software de gestión de instalaciones, 72311000 Servicios de tabulación de datos, 72314000 Servicios de recogida e intercalación de datos, 75130000 Servicios de apoyo a los poderes públicos, 79000000 Servicios a empresas: legislación, mercadotecnia, asesoría, selección de personal, imprenta y seguridad
Lugar de ejecución:
Tender for global outsourcing of receipt of applications for visa and residence/work permits (2)
Organismo adjudicador:
Udenrigsministeriet
Número de premio:
Global outsourcing agreement

1. Buyer

1.1 Buyer

Official name : Udenrigsministeriet
Legal type of the buyer : Central government authority
The buyer is a contracting entity
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Tender for global outsourcing of receipt of applications for visa and residence/work permits (2)
Description : The Danish Ministry of Foreign Affairs has conducted a tender with the following description: The Danish Ministry of Foreign Affairs is inviting tenderers for the provision of services related to the receipt and completeness control of short-term visa and residence permit applications on behalf of Danish foreign missions. The estimated total number of applications is 150 000 per year. The tender contains a list of mandatory locations and a list of optional locations, which the tenderer may accept to deliver services from. Applicants applying for a visa to Denmark shall themselves fill in the visa application form online using ApplyVisa and pay the visa fee online. Applicants applying for a residence permit to Denmark shall themselves fill in the application form online or by paper and pay the residence permit fee online. In both cases, the applicants are informed that they should bring color photocopies of all documents (except the passport) in either A4 or legal paper size. The DM may ask the External Service Provider (ESP) to request that applicants provide additional supporting documents to aid the assessment of the application. The contract includes the following services for each Visa Application Centre (VAC): The receipt and completeness control of short-term visa applications, which shall be performed by the service provider, include: — the capture of the applicants' biometric data, — enabling applicants to fill in the visa applications online, to which effect the ESP must have a sufficient number of computers with Internet access available as part of the service fee at the VAC, — scanning of visa application, passport and supplementary documentation, — handling (receiving and transferring) of application fees (in fall-back situations), — enabling applicants to pay fee online, to which effect the ESP must have a sufficient number of computers with Internet access available at the VAC, — delivery of application documents, passports, biometric data files, scanned files, etc. to the local DM, — return of passport, decision letter and supporting documents to applicant. The receipt and completeness control of residence and work permit applications shall include: — the capture of the applicants' biometric data, — scanning of residence permit applications, passport and supplementary documentation, — handling of fees (in fall-back situations), — assisting with regards to accepting fees online via the MFA payment portal, — delivery of application documents, passports, biometric data files, scanned files, etc. to the DM. The provision of these services shall comply with physical security and data protection requirements as laid down in Regulation (EC) 810/2009 of the European Parliament and of the Council of 13.7.2009, establishing a community code on visas with amendments, article 43, article 44 and Annex X and EU and Danish data protection legislation and data protection legislation and other security requirements in the countries where the services are provided. After the signature of the contract, the service provider shall set up the basis for the delivery of the contracted services by establishing facilities, including the necessary equipment, for the receipt of applications related to Denmark in existing VACs or by the establishment of new VACs at the locations specified in the contract for each region, implementing the required homepages, training staff to execute the contracted services, including biometric data capture and data entry and implementing biometric data capture equipment and suitable document scanners. Before the individual VACs will be operational, the service provider must pass acceptance test for each location.
Procedure identifier : 40ec567c-0261-4069-9ae1-4f87aed8f17e
Previous notice : 66655c0e-41f9-4e5f-9f70-250e299b0c91-01
Internal identifier : Global outsourcing agreement
Main features of the procedure : The procurement was divided into (1) a tender stage where the tenderers draft their tender and (2) an award stage where the contracting entity evaluated the tenders received. The contract was awarded to the tenderer who submitted the tender with the best price-quality ratio, see the tender specifications.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98390000 Other services
Additional classification ( cpv ): 48170000 Compliance software package
Additional classification ( cpv ): 48421000 Facilities management software package
Additional classification ( cpv ): 72311000 Computer tabulation services
Additional classification ( cpv ): 72314000 Data collection and collation services
Additional classification ( cpv ): 75130000 Supporting services for the government
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security

2.1.2 Place of performance

Postal address : Asiatisk Plads 2
Town : København V
Postcode : 1448
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information : This is the address of the MFA. The Supplier shall deliver the services from specific locations stated in the tender material.

2.1.3 Value

Estimated value excluding VAT : 22 500 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/23/EU
The Concession Directive (Directive 2014/23/EU) - The Concession Directive (Directive 2014/23/EU) is implemented in Danish law by Ministerial Order on the award of concession contracts (Ministerial Order No. 1080 of 29 June 2022), which also contains supplementary provisions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Tender for global outsourcing of receipt of applications for visa and residence/work permits (2)
Description : The Danish Ministry of Foreign Affairs has conducted a tender with the following description: The Danish Ministry of Foreign Affairs is inviting tenderers for the provision of services related to the receipt and completeness control of short-term visa and residence permit applications on behalf of Danish foreign missions. The estimated total number of applications is 150 000 per year. The tender contains a list of mandatory locations and a list of optional locations, which the tenderer may accept to deliver services from. Applicants applying for a visa to Denmark shall themselves fill in the visa application form online using ApplyVisa and pay the visa fee online. Applicants applying for a residence permit to Denmark shall themselves fill in the application form online or by paper and pay the residence permit fee online. In both cases, the applicants are informed that they should bring color photocopies of all documents (except the passport) in either A4 or legal paper size. The DM may ask the External Service Provider (ESP) to request that applicants provide additional supporting documents to aid the assessment of the application. The contract includes the following services for each Visa Application Centre (VAC): The receipt and completeness control of short-term visa applications, which shall be performed by the service provider, include: — the capture of the applicants' biometric data, — enabling applicants to fill in the visa applications online, to which effect the ESP must have a sufficient number of computers with Internet access available as part of the service fee at the VAC, — scanning of visa application, passport and supplementary documentation, — handling (receiving and transferring) of application fees (in fall-back situations), — enabling applicants to pay fee online, to which effect the ESP must have a sufficient number of computers with Internet access available at the VAC, — delivery of application documents, passports, biometric data files, scanned files, etc. to the local DM, — return of passport, decision letter and supporting documents to applicant. The receipt and completeness control of residence and work permit applications shall include: — the capture of the applicants' biometric data, — scanning of residence permit applications, passport and supplementary documentation, — handling of fees (in fall-back situations), — assisting with regards to accepting fees online via the MFA payment portal, — delivery of application documents, passports, biometric data files, scanned files, etc. to the DM. The provision of these services shall comply with physical security and data protection requirements as laid down in Regulation (EC) 810/2009 of the European Parliament and of the Council of 13.7.2009, establishing a community code on visas with amendments, article 43, article 44 and Annex X and EU and Danish data protection legislation and data protection legislation and other security requirements in the countries where the services are provided. After the signature of the contract, the service provider shall set up the basis for the delivery of the contracted services by establishing facilities, including the necessary equipment, for the receipt of applications related to Denmark in existing VACs or by the establishment of new VACs at the locations specified in the contract for each region, implementing the required homepages, training staff to execute the contracted services, including biometric data capture and data entry and implementing biometric data capture equipment and suitable document scanners. Before the individual VACs will be operational, the service provider must pass acceptance test for each location.
Internal identifier : Global outsourcing agreement

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98390000 Other services
Additional classification ( cpv ): 48170000 Compliance software package
Additional classification ( cpv ): 48421000 Facilities management software package
Additional classification ( cpv ): 72311000 Computer tabulation services
Additional classification ( cpv ): 72314000 Data collection and collation services
Additional classification ( cpv ): 75130000 Supporting services for the government
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security

5.1.2 Place of performance

Postal address : Asiatisk Plads 2
Town : København V
Postcode : 1448
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information : This is the address of the MFA. The Supplier shall deliver the services from specific locations stated in the tender material.

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : The Customer may demand an extension of the agreement by one year on identical terms

5.1.5 Value

Estimated value excluding VAT : 22 500 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Price
Name : Service fee
Description : Reference made to the tender material.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Quality
Description : Reference made to the tender material.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Geographical coverage
Description : Reference made to the tender material.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Time Schedule
Description : Reference made to the tender material.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Security of delivery
Description : Reference made to the tender material.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
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: 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/

5.1.16 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: 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 information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Konkurrence- og Forbrugerstyrelsen -
Organisation providing additional information about the procurement procedure : Udenrigsministeriet -
Organisation providing offline access to the procurement documents : Udenrigsministeriet -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

6. Results

Value of all contracts awarded in this notice : 22 500 000 Euro

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : VF Worldwide Holdings Ltd.
Tender :
Tender identifier : Tender for global outsourcing of receipt of applications for visa and residence/work permits (2)
Identifier of lot or group of lots : LOT-0000
Value of the tender : 22 500 000 Euro
Contract information :
Identifier of the contract : Tender for global outsourcing of receipt of applications for visa and residence/work permits (2)
Date on which the winner was chosen : 28/12/2024
Date of the conclusion of the contract : 14/03/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3

8. Organisations

8.1 ORG-0001

Official name : Udenrigsministeriet
Registration number : 4024777
Postal address : Asiatisk Plads 2
Town : København K
Postcode : 1402
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : KAPS - Mikkel Mølgaard
Telephone : +45 22336597
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405600
Internet address : http://www.klfu.dk
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 : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

8.1 ORG-0004

Official name : VF Worldwide Holdings Ltd.
Registration number : 100341125100003
Postal address : 3101-A JBC1 Plot No: JLT-PH1-G2A Jumeirah Lakes Towers
Town : Dubai
Postcode : 114100
Country : United Arab Emirates
Telephone : 18002668858
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 : 3900e05e-7298-4c13-a1c6-e648cdaeb431 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 25/03/2025 13:44 +00:00
Notice dispatch date (eSender) : 25/03/2025 14:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00198067-2025
OJ S issue number : 61/2025
Publication date : 27/03/2025