Towed Array Sonar

The Danish Defence intends to acquire Low Frequency Active Towed Array Sonar (TAS) systems to be operated from ships of the Royal Danish Navy. The TAS systems are required to fit into designated areas on the ships. It is a condition that the Supplier is domiciled in Denmark or in …

CPV: 50240000 Servicios de reparación, mantenimiento y servicios asociados relacionados con equipos navales y otros equipos, 38113000 Sonares
Lugar de ejecución:
Towed Array Sonar
Organismo adjudicador:
Danish Ministry of Defence Acquisition and Logistics Organisation
Número de premio:
PJ-M-MA-0398

1. Buyer

1.1 Buyer

Official name : Danish Ministry of Defence Acquisition and Logistics Organisation
Legal type of the buyer : Central government authority
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Towed Array Sonar
Description : The Danish Defence intends to acquire Low Frequency Active Towed Array Sonar (TAS) systems to be operated from ships of the Royal Danish Navy. The TAS systems are required to fit into designated areas on the ships. It is a condition that the Supplier is domiciled in Denmark or in a country with a current security agreement with Denmark. Further, the Supplier shall possess a security clearance at the level of CONFIDENTIAL. The TAS systems shall have specific functionalities and be acoustic interoperable with existing Danish sonar systems in a bistatic and multistatic sonar environment, and will be the primary sensors for future Torpedo Counter Measure systems. The TAS systems shall be a dedicated blue water system. The transmitter and receiver parts will be deployed by a limited number of dedicated deck personnel. No mechanically connecting/disconnecting of the wet end parts are to be done by the deck handling crew during deployment and retrieval of the wet end. For the purpose of training operators, software for a shore based TAS simulator system shall be part of the acquisition. The Supplier shall provide training as a service that is part of the acquisition. A sustainment contract with a possible duration up to 25 years is part of the acquisition, and shall cover the following services: - maintenance - support - spare parts - training.
Procedure identifier : ae39dfdc-fd77-458f-aeff-f7207d68e408
Internal identifier : PJ-M-MA-0398
Type of procedure : Negotiated without prior call for competition

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 50240000 Repair, maintenance and associated services related to marine and other equipment
Additional classification ( cpv ): 38113000 Sonars

2.1.2 Place of performance

Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark

2.1.4 General information

Additional information : The estimated value of the framework agreement is DKK 425.000.000, and the maximum value of the framework agreement is DKK 900.000.000. The reason for the difference between the stated values is the uncertainty regarding the final value of the framework agreement, see below. Hence, the estimated value constitutes DALO’s most qualified estimate of the value of the framework agreement at the present moment, while the maximum value constitutes the maximum value of purchases under the framework agreement in its duration. The uncertainty regarding the final value of the framework agreement is primarily caused by uncertainty regarding the operational needs of the Danish Defence through the duration of the framework agreement. Thus, changes to the operational needs of the Danish Defence compared to the existing situation and needs may cause a significantly larger expenditure under the framework agreement, than the current assessment. Further, financial resources may be reallocated and/or injected during the term of the framework agreement on the basis of various external factors and influences, such as changes in the resources needed or changes in the geopolitical situation. Other uncertainties include variation in currency exchange rates and price levels. The date indicated in Contracts is the date of the decision to negotiate directly with the supplier and not the date of conclusion of the contract.
Legal basis :
Directive 2009/81/EC
Bekendtgørelse nr. 1077 af 29. juni 2022. - The Ministerial Order, which also contains supplementary provisions, implements the Defence and Security Directive (Directive 2009/81/EC) in Danish law.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Towed Array Sonar
Description : The Danish Defence intends to acquire Low Frequency Active Towed Array Sonar (TAS) systems to be operated from ships of the Royal Danish Navy. The TAS systems are required to fit into designated areas on the ships. It is a condition that the Supplier is domiciled in Denmark or in a country with a current security agreement with Denmark. Further, the Supplier shall possess a security clearance at the level of CONFIDENTIAL. The TAS systems shall have specific functionalities and be acoustic interoperable with existing Danish sonar systems in a bistatic and multistatic sonar environment, and will be the primary sensors for future Torpedo Counter Measure systems. The TAS systems shall be a dedicated blue water system. The transmitter and receiver parts will be deployed by a limited number of dedicated deck personnel. No mechanically connecting/disconnecting of the wet end parts are to be done by the deck handling crew during deployment and retrieval of the wet end. For the purpose of training operators, software for a shore based TAS simulator system shall be part of the acquisition. The Supplier shall provide training as a service that is part of the acquisition. A sustainment contract with a possible duration up to 25 years is part of the acquisition, and shall cover the following services: - maintenance - support - spare parts - training.
Internal identifier : PJ-M-MA-0398

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 50240000 Repair, maintenance and associated services related to marine and other equipment
Additional classification ( cpv ): 38113000 Sonars

5.1.2 Place of performance

Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 25 Year

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The duration of the Sustainment Agreement is 7 years. The Sustainment Agreement can be renewed for 7 + 7 + 4 years.

5.1.6 General information

Procurement Project not financed with EU Funds.
Information about previous notices :
Identifier of the previous notice : 654886-2023
Additional information : The estimated value of the framework agreement is DKK 425.000.000, and the maximum value of the framework agreement is DKK 900.000.000. The reason for the difference between the stated values is the uncertainty regarding the final value of the framework agreement, see below. Hence, the estimated value constitutes DALO’s most qualified estimate of the value of the framework agreement at the present moment, while the maximum value constitutes the maximum value of purchases under the framework agreement in its duration. The uncertainty regarding the final value of the framework agreement is primarily caused by uncertainty regarding the operational needs of the Danish Defence through the duration of the framework agreement. Thus, changes to the operational needs of the Danish Defence compared to the existing situation and needs may cause a significantly larger expenditure under the framework agreement, than the current assessment. Further, financial resources may be reallocated and/or injected during the term of the framework agreement on the basis of various external factors and influences, such as changes in the resources needed or changes in the geopolitical situation. Other uncertainties include variation in currency exchange rates and price levels. The date indicated in Contracts is the date of the decision to negotiate directly with the supplier and not the date of conclusion of the contract.

5.1.12 Terms of procurement

Information about review deadlines : DALO follows the procedure in section 4 of the Complaints Board Act (Act no. 492 of 12 May 2010 as amended). The agreement will not be concluded before the expiry of 10 calendar days from the day after the day on which this notice is published, cf. section 4(1), paragraph (2) of the Act on the Complaints Board for Public Procurement. Pursuant to section 7(3) of the Act on the Complaints Board for Public Procurement, a complaint that the contracting entity in violation of the procurement rules has concluded a contract without prior publication of a contract notice in the Official Journal of the European Union, in cases where a contracting entity has followed the procedure in Section 4, must be lodged with the Complaints Board for Public Procurement within 30 calendar days from the day after the day the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has concluded a contract, provided that the notice includes the reasons for the contracting entity's decision to award the contract without a prior publication of a contract notice in the Official Journal of the European Union. At the latest at the same time as a complaint is submitted to the Complaints Board for Public Procurement, the complainant must inform the contracting entity in writing that the complaint is submitted to the Complaints Board for Public Procurement and whether the complaint was submitted within the period of 10 calendar days stipulated in Section 4(1), paragraph (2). In cases where the complaint has not been lodged within the period mentioned, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, cf. Section 12(1). The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Additional buyer coverage : The Agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all divisions of the Danish Defence which are subject to the command of the Chief of Defence is entitled to use the Agreement for the purchase of Deliverables on the terms and conditions of the 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 : DALO follows the procedure in section 4 of the Complaints Board Act (Act no. 492 of 12 May 2010 as amended). The agreement will not be concluded before the expiry of 10 calendar days from the day after the day on which this notice is published, cf. section 4(1), paragraph (2) of the Act on the Complaints Board for Public Procurement. Pursuant to section 7(3) of the Act on the Complaints Board for Public Procurement, a complaint that the contracting entity in violation of the procurement rules has concluded a contract without prior publication of a contract notice in the Official Journal of the European Union, in cases where a contracting entity has followed the procedure in Section 4, must be lodged with the Complaints Board for Public Procurement within 30 calendar days from the day after the day the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has concluded a contract, provided that the notice includes the reasons for the contracting entity's decision to award the contract without a prior publication of a contract notice in the Official Journal of the European Union. At the latest at the same time as a complaint is submitted to the Complaints Board for Public Procurement, the complainant must inform the contracting entity in writing that the complaint is submitted to the Complaints Board for Public Procurement and whether the complaint was submitted within the period of 10 calendar days stipulated in Section 4(1), paragraph (2). In cases where the complaint has not been lodged within the period mentioned, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, cf. Section 12(1). The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation signing the contract : Danish Ministry of Defence Acquisition and Logistics Organisation

6. Results

Maximum value of the framework agreements in this notice : 900 000 000 Danish krone
Approximate value of the framework agreements : 425 000 000 Danish krone
Direct award :
Justification for direct award : The contract can be provided only by a particular economic operator because of an absence of competition for technical reasons
Other justification : The Danish Defence intends to acquire Low Frequency Active Towed Array Sonar (TAS) systems to be operated from ships of the Royal Danish Navy. The TAS systems are required to fit into designated areas on the ships. It is a condition that the Supplier is domiciled in Denmark or in a country with a current security agreement with Denmark. Further, the Supplier shall possess a security clearance at the level of CONFIDENTIAL. The TAS systems shall have specific functionalities and be acoustic interoperable with existing Danish sonar systems in a bistatic and multistatic sonar environment, and will be the primary sensors for future Torpedo Counter Measure systems. Based on a completed market survey, cf. Prior Information Notice 2023/S 208-654886, it has been established that only one Supplier can accommodate the requirements of the Danish Defence for the TAS systems. Therefore, the Danish Defence intends to enter into a Contract with this Supplier, cf. Directive 2009/81/EC of the European Parliament and of the Council of 13 July 2009 on the coordination of procedures for the award of certain works contracts, supply contracts and service contracts by contracting authorities or entities in the fields of defence and security, and amending Directives 2004/17/EC and 2004/18/EC article 28, 1, (e). Due to reasons of security it is not possible to provide further information about the acquisition in this notice. Due to the fact that the operational life of the TAS system is up to 25 years, that the TAS system has its own unique hardware solutions and specially developed software, that operation and maintenance of the TAS system requires specific knowledge of its design and functionality in order not to compromise safe and effective use, that the Supplier holds all IPR rights to the system, it is exclusively the Supplier who can support and maintain the TAS system for its entire lifetime. Against thist background, DALO assesses that the conditions in section 29 (2) in the Defence and Security Directive (Directive 2009/81/EC) regarding long-term framework agreements are met.

6.1 Result lot ldentifier : LOT-0000

Framework agreement :
Maximum value of the framework agreement : 900 000 000 Danish krone
Re-estimated value of the framework agreement : 425 000 000 Danish krone

6.1.2 Information about winners

Winner :
Official name : Atlas Elektronik GmbH
Tender :
Tender identifier : PJ-M-MA-0
Identifier of lot or group of lots : LOT-0000
Value of the tender : 900 000 000 Danish krone
The tender was ranked : no
Contract information :
Identifier of the contract : PJ-M-MA-0398
Date on which the winner was chosen : 29/01/2025
Organisation signing the contract : Danish Ministry of Defence Acquisition and Logistics Organisation

8. Organisations

8.1 ORG-0001

Official name : Danish Ministry of Defence Acquisition and Logistics Organisation
Registration number : 16-28-71-80
Postal address : Lautrupbjerg 1-5
Town : Ballerup
Postcode : 2750
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : Hanne Thode
Telephone : +45 728 14282
Internet address : https://www.fmi.dk
Roles of this organisation :
Buyer
Organisation signing the contract

8.1 ORG-0002

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 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
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 : Atlas Elektronik GmbH
Size of the economic operator : Large
Postal address : Sebaldsbruecker Heerstrasse 235
Town : Bremen
Postcode : 28309
Country subdivision (NUTS) : Bremen, Kreisfreie Stadt ( DE501 )
Country : Germany
Telephone : +4904214575017
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
Notice information
Notice identifier/version : a1682b5b-3dfa-45cc-9492-b0f9c251f374 - 01
Form type : Direct award preannouncement
Notice type : Voluntary ex-ante transparency notice
Notice dispatch date : 27/02/2025 12:14 +00:00
Notice dispatch date (eSender) : 27/02/2025 12:14 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00133083-2025
OJ S issue number : 42/2025
Publication date : 28/02/2025