23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
Offentliggjort
12.05.2025
Udbudstype
Andre

Udbyder

Styrelsen for It og Læring

Tender regarding Contract regarding Openstack, CEPH and OKD Container Support


Styrelsen for It og Læring

299685-2025 - Competition
Denmark – IT services: consulting, software development, Internet and support – Tender regarding Contract regarding Openstack, CEPH and OKD Container Support
OJ S 90/2025 12/05/2025
Contract or concession notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official name Styrelsen for It og Læring
Legal type of the buyer Central government authority
Activity of the contracting authority Education
2. Procedure
2.1.
Procedure
Title Tender regarding Contract regarding Openstack, CEPH and OKD Container Support
Description The National Agency for IT and Learning (the Customer) currently have three installations of the Open Source Cloud Computing Infrastructure platform Openstack in use (called: OS1, OS2 and OS3). The Customer also have four installations of OKD, the community project of the Kubernetes platform Redhat Openshift, installed on top of OS1 and OS3, a dev cluster and an ops cluster on each cloud. The Openstack clouds are located physically in two datacenters, DC1 and DC2, where OS1 and OS2 are located in DC1, and OS3 is in DC2. All Openstack is currently running on Lenovo Hardware using a Charmed based Openstack installation on Ubuntu LTS releases 20.04 and 22.04. The Openstack version is the Canonical LTS version Yoga. The storage backend of Openstack is handled by the Open Source distributed storage system Ceph. OS1 and OS3 is with dedicated storagenodes, and OS2 with hyperconverged nodes. The purpose of this tender is to establish a contract for the delivery of a services regarding remotely managed private cloud of the Customer’s OpenStack and CEPH environment as well as its OKD container platform. The selected Supplier will be responsible for providing services in accordance with the Customer’s requirements, as outlined in the procurement documents. The contract covers the following main services: a) Transition Services, b) Continuing Services, c) Services per Order and d) Consultancy Services. Ad a) Transition Services: The Supplier shall deliver Transition In immediately after contract signing. During Transition In the Supplier shall deliver the services necessary for the Supplier to take over the responsibility for delivering Continuing Services, Services per Order and Consultancy Services. As part of Transition, the Supplier shall pass the tests described in the contract. Upon contract termination (regardless of the cause), and if requested by the Customer, the Supplier shall deliver Transition Out services. Transition Out shall include assistance in the transition of the Services to a new supplier, ensuring the transfer of relevant information, including documentation, configuration details, data etc. Ad b) Continuing Services: The Customer requires full monitoring and operational support, including upgrades, updates and security patches to the latest version of CEPH and OpenStack and the underlying Ubuntu operating system (typically LTS versions). In this regard, the Supplier shall provide end-to-end support for the technology stack 24/7/365. The Supplier shall also be responsible for all other tasks that are a natural part of tending the environment, including the ongoing and preventive maintenance as well as the incident management. The Customer shall be responsible for managing guest (instances) and Customer pods in the OpenStack environment, as well as the management of hardware. Ad c) Services per order: Upon the Customer’s request, the Supplier shall provide recurring installations of OKD cluster at fixed prices. Additionally, the Supplier shall provide support and incident management related to OKD platform, as well as commissioning and decommissioning of compute nodes in OpenStack. Services per Order shall only be delivered upon the Customer’s order. Ad d) Consultancy Services: The Supplier must be capable of delivering time-based services related to OpenStack, CEPH, OKD (not covered by Continuing Services or Services per Order). Consulting services may include analysis and other specialized tasks or projects related to the Customer’s OpenStack, CEPH and OKD environment.
Procedure identifier ccfc89db-af4d-4c8b-865d-0ce3d2c1b082
Internal identifier STIL
Type of procedure Open
The procedure is accelerated no
Main features of the procedure The tender procedure is conducted as an open tender in accordance with the Danish Public Procurement Act (Act No. 1564 of 15 December 2015 as amended), which implements the Public Procurement Directive (Directive 2014/24/EU). Reference is made to the tender documents for more information about the procedure.
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, 72500000   Computer-related services, 72600000   Computer support and consultancy services, 72610000   Computer support services, 72900000   Computer back-up and catalogue conversion services
2.1.2.
Place of performance
Anywhere
Additional information The Supplier’s Services shall be delivered remote (e.g. from the Supplier’s own premises), including via telephone and the internet to the extent natural for the service in question. However, the Customer expects that Supplier will need at least two Days for a physical meeting at the Customer’s office in Copenhagen or Aarhus as part of Transition In. Reference is made to the Contract.
2.1.3.
Value
Estimated value excluding VAT 35 000 000,00   DKK
2.1.4.
General information
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. Reference is made to the tender specifications and appendix B for information concerning questions and answers. Interested operators are requested to keep updated via the electronic tendering system. If the tenderer encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com, or telephone (+45) 70 20 80 14. 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 (udbudsloven). 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. Section 134a of the Danish Public Procurement Act shall apply to this tender procedure. 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 all options and extensions. The estimate is based on historical consumption data, adjusted to reflect anticipated future needs, taking into account changes in usage patterns and scope. The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act 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 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 subject to the prohibition). The contracting entity reserves the right at any time during the tender process to require documentation from the economic operators proving that they are not subject to the prohibition, for example by requiring a declaration to this effect and/or documentation of the place of establishment and ownership of the economic operators and any subcontractors. It should be noted that the indicated term of the contract is calculated from the Transition Date. In addition to the indicated duration of contract, an expiry phase that is flexible in time will be required when the contract is at an end in order to ensure an undisturbed continuation of the contracting entity's system in connection with a possible re-tender.
Legal basis
Directive 2014/24/EU
Danish Public Procurement Act   - 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).
2.1.6.
Grounds for exclusion
Analogous situation like bankruptcy under national law See section 137(1), para (2) of the Danish Public Procurement Act.
Bankruptcy See section 137(1), para (2) of the Danish Public Procurement Act.
Corruption See section 135(1), para (2) of the Danish Public Procurement Act.
Arrangement with creditors See section 137(1), para (2) of the Danish Public Procurement Act.
Participation in a criminal organisation See section 135(1), para (1) of the Danish Public Procurement Act.
Money laundering or terrorist financing See section 135(1), para (5) of the Danish Public Procurement Act.
Fraud See section 135(1), para (3) of the Danish Public Procurement Act.
Child labour and other forms of trafficking in human beings See section 135(1), para (6) of the Danish Public Procurement Act.
Insolvency See section 137(1), para (2) of the Danish Public Procurement Act.
Assets being administered by liquidator See section 137(1), para (2) of the Danish Public Procurement Act.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure See section 136, para (3) of the Danish Public Procurement Act.
Conflict of interest due to its participation in the procurement procedure See section 136, para (1) of the Danish Public Procurement Act.
Direct or indirect involvement in the preparation of this procurement procedure See section 136, para (2) of the Danish Public Procurement Act.
Guilty of grave professional misconduct See section 136, para (4) of the Danish Public Procurement Act.
Payment of social security contributions See section 135(3) of the Danish Public Procurement Act.
Business activities are suspended See section 137(1), para (2) of the Danish Public Procurement Act.
Payment of taxes See section 135(3) of the Danish Public Procurement Act.
Terrorist offences or offences linked to terrorist activities See section 135(1), para (4) of the Danish Public Procurement Act.
5. Lot
5.1.
Lot LOT-0000
Title Tender regarding Contract regarding Openstack, CEPH and OKD Container Support
Description The National Agency for IT and Learning (the Customer) currently have three installations of the Open Source Cloud Computing Infrastructure platform Openstack in use (called: OS1, OS2 and OS3). The Customer also have four installations of OKD, the community project of the Kubernetes platform Redhat Openshift, installed on top of OS1 and OS3, a dev cluster and an ops cluster on each cloud. The Openstack clouds are located physically in two datacenters, DC1 and DC2, where OS1 and OS2 are located in DC1, and OS3 is in DC2. All Openstack is currently running on Lenovo Hardware using a Charmed based Openstack installation on Ubuntu LTS releases 20.04 and 22.04. The Openstack version is the Canonical LTS version Yoga. The storage backend of Openstack is handled by the Open Source distributed storage system Ceph. OS1 and OS3 is with dedicated storagenodes, and OS2 with hyperconverged nodes. The purpose of this tender is to establish a contract for the delivery of a services regarding remotely managed private cloud of the Customer’s OpenStack and CEPH environment as well as its OKD container platform. The selected Supplier will be responsible for providing services in accordance with the Customer’s requirements, as outlined in the procurement documents. The contract covers the following main services: a) Transition Services, b) Continuing Services, c) Services per Order and d) Consultancy Services. Ad a) Transition Services: The Supplier shall deliver Transition In immediately after contract signing. During Transition In the Supplier shall deliver the services necessary for the Supplier to take over the responsibility for delivering Continuing Services, Services per Order and Consultancy Services. As part of Transition, the Supplier shall pass the tests described in the contract. Upon contract termination (regardless of the cause), and if requested by the Customer, the Supplier shall deliver Transition Out services. Transition Out shall include assistance in the transition of the Services to a new supplier, ensuring the transfer of relevant information, including documentation, configuration details, data etc. Ad b) Continuing Services: The Customer requires full monitoring and operational support, including upgrades, updates and security patches to the latest version of CEPH and OpenStack and the underlying Ubuntu operating system (typically LTS versions). In this regard, the Supplier shall provide end-to-end support for the technology stack 24/7/365. The Supplier shall also be responsible for all other tasks that are a natural part of tending the environment, including the ongoing and preventive maintenance as well as the incident management. The Customer shall be responsible for managing guest (instances) and Customer pods in the OpenStack environment, as well as the management of hardware. Ad c) Services per order: Upon the Customer’s request, the Supplier shall provide recurring installations of OKD cluster at fixed prices. Additionally, the Supplier shall provide support and incident management related to OKD platform, as well as commissioning and decommissioning of compute nodes in OpenStack. Services per Order shall only be delivered upon the Customer’s order. Ad d) Consultancy Services: The Supplier must be capable of delivering time-based services related to OpenStack, CEPH, OKD (not covered by Continuing Services or Services per Order). Consulting services may include analysis and other specialized tasks or projects related to the Customer’s OpenStack, CEPH and OKD environment.
Internal identifier STIL
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, 72500000   Computer-related services, 72600000   Computer support and consultancy services, 72610000   Computer support services, 72900000   Computer back-up and catalogue conversion services
5.1.2.
Place of performance
Anywhere
Additional information The Supplier’s Services shall be delivered remote (e.g. from the Supplier’s own premises), including via telephone and the internet to the extent natural for the service in question. However, the Customer expects that Supplier will need at least two Days for a physical meeting at the Customer’s office in Copenhagen or Aarhus as part of Transition In. Reference is made to the Contract.
5.1.3.
Estimated duration
Duration 72   Months
5.1.4.
Renewal
Maximum renewals 2
The buyer reserves the right for additional purchases from the contractor, as described here The estimated duration of the agreement put out for tender is inclusive of the extension option. 48 months constitutes the ordinary term of the agreement, while the remaining 24 months constitutes the extension period of the agreement. The agreement may be extended by 2 times 12 months.
5.1.5.
Value
Estimated value excluding VAT 35 000 000,00   DKK
5.1.6.
General information
This is a recurrent procurement
Description Upon Contract expiration, the contracting authority might do a re-tender.
Reserved participation Participation is not reserved.
Procurement Project not financed with EU Funds.
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. Reference is made to the tender specifications and appendix B for information concerning questions and answers. Interested operators are requested to keep updated via the electronic tendering system. If the tenderer encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com, or telephone (+45) 70 20 80 14. 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 (udbudsloven). 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. Section 134a of the Danish Public Procurement Act shall apply to this tender procedure. 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 all options and extensions. The estimate is based on historical consumption data, adjusted to reflect anticipated future needs, taking into account changes in usage patterns and scope. The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act 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 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 subject to the prohibition). The contracting entity reserves the right at any time during the tender process to require documentation from the economic operators proving that they are not subject to the prohibition, for example by requiring a declaration to this effect and/or documentation of the place of establishment and ownership of the economic operators and any subcontractors. It should be noted that the indicated term of the contract is calculated from the Transition Date. In addition to the indicated duration of contract, an expiry phase that is flexible in time will be required when the contract is at an end in order to ensure an undisturbed continuation of the contracting entity's system in connection with a possible re-tender.
5.1.9.
Selection criteria
Criterion
Type Economic and financial standing
Name The total annual turnover in the latest financial year.
Description The tenderer must submit the European Single Procurement Document ("ESPD") with the following information. - The tenderer's total annual turnover in the latest financial year available. In this procedure, the tenderer may rely on the economic and financial capacity of other operators to fulfil the suitability requirements. The operator(s) making its/their economic and financial capacity available to the tenderer must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications. If the tenderer relies on the economic and financial capacity of other entities in relation to the fulfilment of requirements, see below, the tenderer and the entities in question will be required by the contracting entity to undertake joint and several liability for the performance of the contract. The ESPD serves as provisional documentation that the tenderer fulfils the require-ments in respect of economic and financial capacity. Before the award decision is made, the tenderer to whom the contracting entity in-tends to award the contract must submit documentation that the information stated in the ESPD is accurate. Upon the contracting entity's request, the following documentation of economic and financial capacity must be submitted: - A statement regarding the operator's overall turnover in the latest annual report(s)/financial statement(s) available, depending on when the operator was established or started trading if the figures for this turnover are available. For groups of operators (e.g. a consortium), the information in the latest annual report(s)/financial statement(s) available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g., a parent company, a sister company or a subcontractor), information for such other entities must be provided as well. Minimum requirement: As a minimum requirement, a total annual turnover of at least DKK 5 million is required in the latest annual report/financial statement available. If the tenderer relies on the capacities of other entities, the turnover is to be calculated as the total turnover of the tenderer and such other entities in the latest annual report/financial statement available. For groups of operators (e.g., a consortium), the turnover is calculated as the total turnover of the operators in the latest annual report/financial statement available. The information is to be stated in section IV.B of the ESPD.
Use of this criterion Used

Criterion
Type Economic and financial standing
Name The equity at the end of the latest financial year available.
Description The tenderer must submit the European Single Procurement Document ("ESPD") with the following information: - The tenderer's equity in the latest financial year available. In this procedure, the tenderer may rely on the economic and financial capacity of other operators to fulfil the suitability requirements. The operator(s) making its/their economic and financial capacity available to the tenderer must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications. If the tenderer relies on the economic and financial capacity of other entities in relation to the fulfilment of requirements, see below, the tenderer and the entities in question will be required by the contracting entity to undertake joint and several liability for the performance of the contract. The ESPD serves as provisional documentation that the tenderer fulfils the requirements in respect of economic and financial capacity. Before the award decision is made, the tenderer to whom the contracting entity in-tends to award the contract must submit documentation that the information stated in the ESPD is accurate. Upon the contracting entity's request, the following documentation of economic and financial capacity must be submitted: - The operator's balance sheets or extracts from balance sheets in the latest annual report(s)/financial statement(s) available if publication of the balance sheets is required under law in the country in which the operator is established, or other documentation of the size of the equity. For groups of operators (e.g., a consortium), the information in the latest annual report/financial statement available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g., a parent company, a sister company or a subcontractor), information for such other entities must be provided as well. Minimum requirement: As a minimum requirement, a positive equity is required in the latest annual report/financial statement available. If the tenderer relies on the capacities of other entities, the equity is to be calculated as the total equity of the operator and such other entities in the latest annual report/financial statement available. For groups of operators (e.g., a consortium), the equity is calculated as the total equity of the operators in the latest annual report/financial statement available. The information is to be stated in section IV.B of the ESPD.
Use of this criterion Used

Criterion
Type Suitability to pursue the professional activity
Use of this criterion Not used

Criterion
Type Technical and professional ability
Use of this criterion Not used
5.1.10.
Award criteria
Criterion
TypePrice
Name Price
Description Reference is made to the tender documents
Category of award weight criterionWeight (percentage, exact)
Award criterion number 30,00
Criterion
TypeQuality
Name Quality
Description Reference is made to the tender documents
Category of award weight criterionWeight (percentage, exact)
Award criterion number 70,00
5.1.11.
Procurement documents
Address of the procurement documents https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=431234&B=
5.1.12.
Terms of procurement
Terms of submission
Electronic submission Required
Languages in which tenders or requests to participate may be submitted English
Electronic catalogue Not allowed
Variants Not allowed
Tenderers may submit more than one tender Not allowed
Deadline for receipt of tenders 11/06/2025   08:00:00 (UTC) Western European Time, GMT
Deadline until which the tender must remain valid 6   Months
Information about public opening
Opening date 11/06/2025   08:00:00 (UTC) Western European Time, GMT
Place The electronic tendering system.
Additional information The tenders will be opened in the electronic tendering system. Tenderers are not allowed to attend the opening of tenders.
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmes No
Conditions relating to the performance of the contract The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. The contract furthermore lays down requirements pursuant to ILO Convention no. 94 on labour clauses in public contracts and Circular no. 9471 of 30 June 2014. The contract lays down requirements on compliance with the law on processing of personal data. If the contract is awarded to a group of operators (such as a consortium), the participants of the group must undertake joint and several liability and appoint a joint representative.
A non-disclosure agreement is required no
Electronic invoicing Required
Electronic ordering will be used no
Electronic payment will be used yes
5.1.15.
Techniques
Framework agreement No framework agreement
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
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 nh@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 Styrelsen for It og Læring
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate Styrelsen for It og Læring
Organisation processing tenders Styrelsen for It og Læring
TED eSender Mercell Holding ASA
8. Organisations
8.1.
ORG-0001
Official name Styrelsen for It og Læring
Registration number 13223459
Department Styrelsen for It og Læring
Postal address Teglholmsgade 1
Town København SV
Postcode 2450
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 receiving requests to participate
Organisation processing tenders
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
Internet address https://klfu.naevneneshus.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) Københavns omegn   ( DK012 )
Country Denmark
Email kfst@kfst.dk
Telephone +45 41715000
Internet address http://www.kfst.dk
Roles of this organisation
Organisation providing more information on the review procedures
8.1.
ORG-0004
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 da902f06-762f-4c8a-876b-7d3d8ef5c79a   -   01
Form type Competition
Notice type Contract or concession notice – standard regime
Notice subtype 16
Notice dispatch date 08/05/2025   10:46:47 (UTC) Western European Time, GMT
Notice dispatch date (eSender) 08/05/2025   11:00:57 (UTC) Western European Time, GMT
Languages in which this notice is officially available English
Notice publication number 299685-2025
OJ S issue number 90/2025
Publication date 12/05/2025
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|instance-web02