1.
Buyer
1.1.
Buyer
Official name
:
Rejsekort & Rejseplan A/S
Activity of the contracting entity
:
Urban railway, tramway, trolleybus or bus services
1.1.
Buyer
Official name
:
Sydtrafik
Activity of the contracting entity
:
Urban railway, tramway, trolleybus or bus services
1.1.
Buyer
Official name
:
Midttrafik
Activity of the contracting entity
:
Urban railway, tramway, trolleybus or bus services
1.1.
Buyer
Official name
:
Nordjyllands Trafikselskab
Activity of the contracting entity
:
Urban railway, tramway, trolleybus or bus services
1.1.
Buyer
Official name
:
BAT (Bornholms Regionskommune)
Activity of the contracting entity
:
Urban railway, tramway, trolleybus or bus services
1.1.
Buyer
Official name
:
Metroselskabet I/S
Activity of the contracting entity
:
Urban railway, tramway, trolleybus or bus services
1.1.
Buyer
Official name
:
DSB
Activity of the contracting entity
:
Urban railway, tramway, trolleybus or bus services
1.1.
Buyer
Official name
:
Trafikselskabet Movia
Activity of the contracting entity
:
Urban railway, tramway, trolleybus or bus services
1.1.
Buyer
Official name
:
Fynbus
Activity of the contracting entity
:
Urban railway, tramway, trolleybus or bus services
1.1.
Buyer
Official name
:
Hovedstadens Letbane
Activity of the contracting entity
:
Urban railway, tramway, trolleybus or bus services
2.
Procedure
2.1.
Procedure
Title
:
Validator Framework Agreement
Description
:
i) Background and purpose:The Contracting entity is responsible for nation-wide ticketing and journey planning for all public transport in Denmark. The contracting entity is owned by the Public Transportation Operators (PTO's) and is regulated by Chapter IV of the Danish Transport Companies Act. The contracting entity is mandated by law to make a digital transition of its services over the next few years.With the launch of the RejseBillet App and Rejsekort as an App , it is expected that up to 90% of existing Rejsekort customers will use the new apps as they are expanded with ticket types and features.This tender concerns the remaining 300-400,000 current Rejsekort customers (external end users), who for various reasons are being challenged by the introduction of the new app-based sales channels, and thus require a non-app solution. The non-app solution is currently called "IDL".IDL is a Pay-as-you-go (PAYG) solution, meaning that the external end user must check-in and check-out for each leg of their journey. The check-in and check-out must be performed on a Validator using an NFC-card or a Payment Card.The main purpose of the Validator Framework Agreement, which is covered by this tender, is to deliver Validators to fulfill these ambitions.ii) The Validator Framework AgreementThe Validator Framework Agreement covers delivery of Hardware and Services.The Deliveries include the following:A) Hardware.Hardware covers Validators (both Simple Validators and Advanced Validators) including all sub-components and Mounting Equipment.B ) ServicesServices means Services provided by the Supplier as part of a Delivery Agreement or a written agreement. Services include Continuing Services and Consultancy Services.B.1 Continuing ServicesThe Supplier shall provide Continuing Services and Service Levels. Continuing Services covers support and maintenance of Hardware and tools delivered as part of the Services, including Monitoring Tool and Asset Management ToolB.2 Consultancy servicesUpon the Customer's order, the Supplier must provide ad hoc Consultancy Services as a supplement to a Delivery Agreement. Consultancy Services are part of the Services and may, among other things, include assistance with dialog with supervisory authorities, general input to questions, analysis or unforeseen services which have a natural and close connection to a Delivery Agreement under the Validator Framework Agreement.***Suppliers on the Validator Framework Agreement are not guaranteed any minimum purchase under the Validator Framework Agreement, and estimates stated in the tender material are therefore not undertaking on the part of the contracting entity to make a minimum purchase under the Validator Framework Agreement.In addition to the Validator Framework Agreement, the contracting entity has entered contract for the delivery of a IDL PAYG Backend solution. The Backend Agreement concerns development of backend software design and integration between the Validator and the IDL PAYG Backend.After completion of this tender, the contracting entity intends to conduct another tender regarding IDL Cards and their distribution (Ticket Media) as well as a tender regarding connectivity. These four contracts constitute the Body of Contracts. The tenders for the four contracts are carried out separately and without dependencies. It is always the contracting entity's current needs in relation to the specific services or deliveries covered by the individual agreements that determine which agreement under the Body of Contracts the contracting entity must use.
Procedure identifier
:
5adcd9f7-fbd2-4f43-be1e-c6f4ae831f81
Previous notice
:
e13758c6-1070-4ce3-87c7-58e30a5bbc3c-01
Internal identifier
:
240087018
Type of procedure
:
Open
The procedure is accelerated
:
no
Main features of the procedure
:
Type of procedure: Public tender.The contracting entity expects to award the framework agreement to one (1) tenderer, cf. Tender specifications.The provision of the deliveries takes place in accordance with concluded delivery agreements under the framework agreement.
2.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
30100000
Office machinery, equipment and supplies except computers, printers and furniture
Additional classification
(
cpv
):
30123100
Ticket-validation machines,
42961000
Command and control system,
72600000
Computer support and consultancy services
2.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
2.1.3.
Value
Maximum value of the framework agreement
:
250 000 000,00
DKK
2.1.4.
General information
Call for competition is terminated
Additional information
:
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 tender documents, the tenderer must be registered or register as a user. If the tender 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. Questions must be submitted not later than 30/10-24 at 12 PM. Questions asked after this date will be answered if they are received in time for the contracting entity to provide the information required and communicate the answers not later than six days before expiry of the application deadline. Questions received later than six days before expiry of the deadline cannot expect to be answered unless the deadline is also postponed. The tenderer must submit an ESPD with the tender as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act and section 137(1), para (2) of the Danish Public Procurement Act. It is not necessary for the tenderer 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 tenderer is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The tenderer heading the group and submitting the tender is not required to sign its ESPD document. If the tenderer relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which the tenderer 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 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 tenderers established in the country holding the official list. The tender procedure is carried out by the contracting entities as a joint procurement. The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the individual framework agreements (lots). The estimated value thus reflects the contracting entity’s estimate of the expected purchase under the framework agreement, whereas the maximum value reflects the highest estimated value of all contracts to be performed within the term of the framework agreement. This takes into account, partly, the contracting entity’s expectations based on the most likely purchase under the framework agreement, partly, the expected uncertainty of such estimate. In relation to the estimated value, particular attention is drawn to the fact that the tenderers are not guaranteed any minimum purchase under the framework agreement, and the estimate therefore implies no commitment on the part of the contracting entity to make a minimum purchase under the framework agreement. The maximum value of the framework agreement is DKK 250000000. The estimated value is DKK 125000000. The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the framework agreement. It is specifically pointed out to the tenderer that the tenderer is bound by the prices offered, irrespective of the turnover specifically achieved under the framework agreement. This means that the tenderer is also bound by the prices offered if the specific turnover deviates from the estimated value, both upwards and downwards. A technical dialogue has been conducted prior to this call for tenders. The contracting entity may use the procedure of section 76(4) of the The Utilities Directive in the event that 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 later amended, which applies for the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian controlled companies etc. Interested operators are requested to keep updated via the electronic tendering system. If the tenderer encounters problems with the system, please contact support by following link: https://mercell.atlassian.net/servicedesk/customer/portal/4/group/69/create/74.
Legal basis
:
Directive 2014/25/EU
The Utilities Directive (Directive 2014/25/EU)
-
The Utilities Directive (Directive 2014/25/EU) is implemented in Danish law by Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022), which also contains supplementary provisions.
5.
Lot
5.1.
Lot
:
LOT-0000
Title
:
Validator Framework Agreement
Description
:
i) Background and purpose:The Contracting entity is responsible for nation-wide ticketing and journey planning for all public transport in Denmark. The contracting entity is owned by the Public Transportation Operators (PTO's) and is regulated by Chapter IV of the Danish Transport Companies Act. The contracting entity is mandated by law to make a digital transition of its services over the next few years.With the launch of the RejseBillet App and Rejsekort as an App , it is expected that up to 90% of existing Rejsekort customers will use the new apps as they are expanded with ticket types and features.This tender concerns the remaining 300-400,000 current Rejsekort customers (external end users), who for various reasons are being challenged by the introduction of the new app-based sales channels, and thus require a non-app solution. The non-app solution is currently called "IDL".IDL is a Pay-as-you-go (PAYG) solution, meaning that the external end user must check-in and check-out for each leg of their journey. The check-in and check-out must be performed on a Validator using an NFC-card or a Payment Card.The main purpose of the Validator Framework Agreement, which is covered by this tender, is to deliver Validators to fulfill these ambitions.ii) The Validator Framework AgreementThe Validator Framework Agreement covers delivery of Hardware and Services.The Deliveries include the following:A) Hardware.Hardware covers Validators (both Simple Validators and Advanced Validators) including all sub-components and Mounting Equipment.B ) ServicesServices means Services provided by the Supplier as part of a Delivery Agreement or a written agreement. Services include Continuing Services and Consultancy Services.B.1 Continuing ServicesThe Supplier shall provide Continuing Services and Service Levels. Continuing Services covers support and maintenance of Hardware and tools delivered as part of the Services, including Monitoring Tool and Asset Management ToolB.2 Consultancy servicesUpon the Customer's order, the Supplier must provide ad hoc Consultancy Services as a supplement to a Delivery Agreement. Consultancy Services are part of the Services and may, among other things, include assistance with dialog with supervisory authorities, general input to questions, analysis or unforeseen services which have a natural and close connection to a Delivery Agreement under the Validator Framework Agreement.***Suppliers on the Validator Framework Agreement are not guaranteed any minimum purchase under the Validator Framework Agreement, and estimates stated in the tender material are therefore not undertaking on the part of the contracting entity to make a minimum purchase under the Validator Framework Agreement.In addition to the Validator Framework Agreement, the contracting entity has entered contract for the delivery of a IDL PAYG Backend solution. The Backend Agreement concerns development of backend software design and integration between the Validator and the IDL PAYG Backend.After completion of this tender, the contracting entity intends to conduct another tender regarding IDL Cards and their distribution (Ticket Media) as well as a tender regarding connectivity. These four contracts constitute the Body of Contracts. The tenders for the four contracts are carried out separately and without dependencies. It is always the contracting entity's current needs in relation to the specific services or deliveries covered by the individual agreements that determine which agreement under the Body of Contracts the contracting entity must use.
Internal identifier
:
240087018
5.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
30100000
Office machinery, equipment and supplies except computers, printers and furniture
Additional classification
(
cpv
):
30123100
Ticket-validation machines,
42961000
Command and control system,
72600000
Computer support and consultancy services
5.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
5.1.5.
Value
Maximum value of the framework agreement
:
250 000 000,00
DKK
5.1.6.
General information
The procurement is covered by the Government Procurement Agreement (GPA)
:
yes
Additional information
:
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 tender documents, the tenderer must be registered or register as a user. If the tender 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. Questions must be submitted not later than 30/10-24 at 12 PM. Questions asked after this date will be answered if they are received in time for the contracting entity to provide the information required and communicate the answers not later than six days before expiry of the application deadline. Questions received later than six days before expiry of the deadline cannot expect to be answered unless the deadline is also postponed. The tenderer must submit an ESPD with the tender as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act and section 137(1), para (2) of the Danish Public Procurement Act. It is not necessary for the tenderer 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 tenderer is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The tenderer heading the group and submitting the tender is not required to sign its ESPD document. If the tenderer relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which the tenderer 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 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 tenderers established in the country holding the official list. The tender procedure is carried out by the contracting entities as a joint procurement. The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the individual framework agreements (lots). The estimated value thus reflects the contracting entity’s estimate of the expected purchase under the framework agreement, whereas the maximum value reflects the highest estimated value of all contracts to be performed within the term of the framework agreement. This takes into account, partly, the contracting entity’s expectations based on the most likely purchase under the framework agreement, partly, the expected uncertainty of such estimate. In relation to the estimated value, particular attention is drawn to the fact that the tenderers are not guaranteed any minimum purchase under the framework agreement, and the estimate therefore implies no commitment on the part of the contracting entity to make a minimum purchase under the framework agreement. The maximum value of the framework agreement is DKK 250000000. The estimated value is DKK 125000000. The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the framework agreement. It is specifically pointed out to the tenderer that the tenderer is bound by the prices offered, irrespective of the turnover specifically achieved under the framework agreement. This means that the tenderer is also bound by the prices offered if the specific turnover deviates from the estimated value, both upwards and downwards. A technical dialogue has been conducted prior to this call for tenders. The contracting entity may use the procedure of section 76(4) of the The Utilities Directive in the event that 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 later amended, which applies for the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian controlled companies etc. Interested operators are requested to keep updated via the electronic tendering system. If the tenderer encounters problems with the system, please contact support by following link: https://mercell.atlassian.net/servicedesk/customer/portal/4/group/69/create/74.
5.1.12.
Terms of procurement
Information about review deadlines
:
I henhold til LBK nr. 593 af 2.6.2016 om Klagenævnet for Udbud med senere ændringer, gælder følgende frister for indgivelse af klage: Klage over udbud eller beslutninger omfattet af udbudslovens afsnit II, som ikke er omfattet af lovens stk. 1, skal, jf. lovens § 7, stk. 2, være indgivet til Klagenævnet for Udbud inden: 45 kalenderdage efter at ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt. Fristen regnes fra dagen efter den dag, hvor bekendtgørelsen er blevet offentliggjort; 30 kalenderdage regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte tilbudsgivere om, at en kontrakt baseret på en rammeaftale med genåbning af konkurrencen eller et dynamisk indkøbssystem er indgået, hvis underretningen har angivet en begrundelse for beslutningen; 6 måneder efter at ordregiveren har indgået en rammeaftale regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte ansøgere og tilbudsgivere, jf. § 2, stk. 2, eller udbudslovens § 171, stk. 4; 20 kalenderdage regnet fra dagen efter at ordregiveren har meddelt sin beslutning, jf. udbudslovens § 185, stk. 2, 2. pkt. Har en ordregiver fulgt proceduren i lovens § 4, for at sikre, at en kontrakt ikke erklæres for uden virkning, jf. lovens § 7, stk. 3, skal en klage over, at ordregiveren i strid med udbudsdirektivet har indgået en kontrakt uden forudgående offentliggørelse af en udbudsbekendtgørelse i Den Europæiske Unions Tidende, være indgivet til Klagenævnet for Udbud inden 30 kalenderdage regnet fra dagen efter den dag, hvor ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt, forudsat at bekendtgørelsen indeholder begrundelsen for ordregiverens beslutning om at tildele kontrakten uden forudgående offentliggørelse af en udbudsbekendtgørelse i Den Europæiske Unions Tidende. Senest samtidig med at en klage indgives til Klagenævnet for Udbud, skal klageren, jf. lovens § 6, stk. 4, skriftligt underrette ordregiveren om, at klage indgives til Klagenævnet for Udbud, og om, hvorvidt klagen er indgivet i standstill-perioden, jf. § 3, stk. 1 eller 2, eller i den periode på 10 kalenderdage, som er fastsat i § 4, stk. 1, nr. 2. I tilfælde, hvor klagen ikke er indgivet i de nævnte perioder, skal klageren tillige angive, hvorvidt der begæres opsættende virkning, jf. lovens § 12, stk. 1.
5.1.15.
Techniques
Framework agreement
:
Framework agreement, without reopening of competition
Information about the dynamic purchasing system
:
No dynamic purchase system
Electronic auction
:
no
5.1.16.
Further information, mediation and review
Review organisation
:
Klagenævnet for Udbud - Nævnenes Hus
Organisation providing additional information about the procurement procedure
:
Rejsekort & Rejseplan A/S
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
Organisation whose budget is used to pay for the contract
:
BAT (Bornholms Regionskommune), DSB, Fynbus, Hovedstadens Letbane, Metroselskabet I/S, Midttrafik, Nordjyllands Trafikselskab, Rejsekort & Rejseplan A/S, Sydtrafik, Trafikselskabet Movia
Organisation signing the contract
:
Rejsekort & Rejseplan A/S
TED eSender
:
Mercell Holding ASA
6.
Results
Value of all contracts awarded in this notice
:
125 000 000,00
DKK
Maximum value of the framework agreements in this procedure
:
250 000 000,00
DKK
Approximate value of the framework agreements
:
125 000 000,00
DKK
6.1.
Result lot ldentifier
:
LOT-0000
Winner selection status
:
At least one winner was chosen.
Framework agreement
:
Maximum value of the framework agreement
:
250 000 000,00
DKK
Re-estimated value of the framework agreement
:
125 000 000,00
DKK
6.1.2.
Information about winners
Winner
:
Official name
:
Prodata PTexcellence
Subcontractors of the winner:
Official name
:
Prodata Mobility Brasil S/A
Tender
:
Tender identifier
:
240087018
Identifier of lot or group of lots
:
LOT-0000
Value of the tender
:
125 000 000,00
DKK
Concession value:
The tender is a variant
:
no
Contract information:
Identifier of the contract
:
240087018
Date on which the winner was chosen
:
19/12/2024
Date of the conclusion of the contract
:
31/12/2024
The contract is awarded within a framework agreement
:
yes
Organisation signing the contract
:
Rejsekort & Rejseplan A/S
6.1.4.
Statistical information
:
Received tenders or requests to participate
:
Type of received submissions
:
Tenders
Number of tenders or requests to participate received
:
8
8.
Organisations
8.1.
ORG-0001
Official name
:
Rejsekort & Rejseplan A/S
Registration number
:
27332072
Postal address
:
Automatikvej 1, 1.
Town
:
Søborg
Postcode
:
2860
Country subdivision (NUTS)
:
Københavns omegn
(
DK012
)
Country
:
Denmark
Contact point
:
Mette Signe Hansen
Telephone
:
70204008
Roles of this organisation
:
Organisation providing additional information about the procurement procedure
Organisation signing the contract
Organisation whose budget is used to pay for the contract
8.1.
ORG-0002
Official name
:
Klagenævnet for Udbud - Nævnenes Hus
Registration number
:
37795526
Postal address
:
Toldboden 2
Town
:
Viborg
Postcode
:
8800
Country subdivision (NUTS)
:
Vestjylland
(
DK041
)
Country
:
Denmark
Telephone
:
+45 72405600
Fax
:
+45 33307799
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
Fax
:
+45 41715100
Roles of this organisation
:
Organisation providing more information on the review procedures
8.1.
ORG-0004
Official name
:
Sydtrafik
Registration number
:
29942897
Town
:
Vejen
Postcode
:
6600
Country subdivision (NUTS)
:
Sydjylland
(
DK032
)
Country
:
Denmark
Telephone
:
70204008
Roles of this organisation
:
Buyer
Organisation whose budget is used to pay for the contract
8.1.
ORG-0005
Official name
:
Midttrafik
Registration number
:
29943176
Town
:
Aarhus
Postcode
:
8000
Country subdivision (NUTS)
:
Østjylland
(
DK042
)
Country
:
Denmark
Telephone
:
70204008
Roles of this organisation
:
Buyer
Organisation whose budget is used to pay for the contract
8.1.
ORG-0006
Official name
:
Nordjyllands Trafikselskab
Registration number
:
30015940
Town
:
Aalborg
Postcode
:
9000
Country subdivision (NUTS)
:
Nordjylland
(
DK050
)
Country
:
Denmark
Telephone
:
70204008
Roles of this organisation
:
Buyer
Organisation whose budget is used to pay for the contract
8.1.
ORG-0007
Official name
:
BAT (Bornholms Regionskommune)
Registration number
:
26696348
Town
:
Rønne
Postcode
:
3700
Country subdivision (NUTS)
:
Bornholm
(
DK014
)
Country
:
Denmark
Telephone
:
70204008
Roles of this organisation
:
Buyer
Organisation whose budget is used to pay for the contract
8.1.
ORG-0008
Official name
:
Metroselskabet I/S
Registration number
:
30823699
Town
:
Copenhagen S
Postcode
:
2300
Country subdivision (NUTS)
:
Byen København
(
DK011
)
Country
:
Denmark
Telephone
:
70204008
Roles of this organisation
:
Buyer
Organisation whose budget is used to pay for the contract
8.1.
ORG-0009
Official name
:
DSB
Registration number
:
25050053
Town
:
Taastrup
Postcode
:
2630
Country subdivision (NUTS)
:
Københavns omegn
(
DK012
)
Country
:
Denmark
Telephone
:
70204008
Roles of this organisation
:
Buyer
Organisation whose budget is used to pay for the contract
8.1.
ORG-0010
Official name
:
Trafikselskabet Movia
Registration number
:
29896569
Town
:
Valby
Postcode
:
2500
Country subdivision (NUTS)
:
Byen København
(
DK011
)
Country
:
Denmark
Telephone
:
70204008
Roles of this organisation
:
Buyer
Organisation whose budget is used to pay for the contract
8.1.
ORG-0011
Official name
:
Fynbus
Registration number
:
29979944
Town
:
Odense C
Postcode
:
5000
Country subdivision (NUTS)
:
Fyn
(
DK031
)
Country
:
Denmark
Telephone
:
70204008
Roles of this organisation
:
Buyer
Organisation whose budget is used to pay for the contract
8.1.
ORG-0012
Official name
:
Hovedstadens Letbane
Registration number
:
36032499
Town
:
Copenhagen S
Postcode
:
2300
Country subdivision (NUTS)
:
Byen København
(
DK011
)
Country
:
Denmark
Telephone
:
70204008
Roles of this organisation
:
Buyer
Organisation whose budget is used to pay for the contract
8.1.
ORG-0013
Official name
:
Prodata PTexcellence
Size of the economic operator
:
Micro, small, or medium
Registration number
:
0658916050
Postal address
:
Leuvensesteenweg 540
Town
:
Zaventem
Postcode
:
1930
Country subdivision (NUTS)
:
Extra-Regio NUTS 3
(
BEZZZ
)
Country
:
Belgium
Contact point
:
Prodata PTexcellence
Telephone
:
00000000000000
Roles of this organisation
:
Tenderer
Winner of these lots
:
LOT-0000
8.1.
ORG-0014
Official name
:
Prodata Mobility Brasil S/A
Registration number
:
05535694000185
Postal address
:
Av. Paulista 16° andar
Town
:
Sao Paulo
Postcode
:
01311-919
Country
:
Brazil
Contact point
:
Prodata Mobility Brasil S/A
Telephone
:
+55 11 3146-2226
Roles of this organisation
:
Subcontractor
8.1.
ORG-0015
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
Roles of this organisation
:
TED eSender
11.
Notice information
11.1.
Notice information
Notice identifier/version
:
1bb5cfef-2bb5-485b-93ae-a32313cd9445
-
01
Form type
:
Result
Notice type
:
Contract or concession award notice – standard regime
Notice subtype
:
30
Notice dispatch date
:
15/01/2025
14:17:20 (UTC)
Notice dispatch date (eSender)
:
15/01/2025
14:18:22 (UTC)
Languages in which this notice is officially available
:
English
11.2.
Publication information
Notice publication number
:
32798-2025
OJ S issue number
:
12/2025
Publication date
:
17/01/2025