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
10.11.2025
Udbudstype
Andre

Udbyder

Danish Ministry of Defence Acquisition and Logistics Organisation

WGS Antenne


Danish Ministry of Defence Acquisition and Logistics Organisation

742406-2025 - Competition
Denmark – Radio, television, communication, telecommunication and related equipment – WGS Antenne
OJ S 216/2025 10/11/2025
Contract or concession notice – standard regime
Supplies - Services
1. Buyer
1.1.
Buyer
Official name Danish Ministry of Defence Acquisition and Logistics Organisation
Email 00510162@mil.dk
Legal type of the buyer Central government authority
Activity of the contracting authority Defence
2. Procedure
2.1.
Procedure
Title WGS Antenne
Description The procurement concerns the acquisition of 9 m WGS Ka-band antenna(s), repair and spare parts.
Procedure identifier b2f1fb53-4dd2-4ee4-b0c7-d8cc1c78ac38
Internal identifier d8f61fa0-00e6-4e2c-8608-4022715fd76e
Type of procedure Restricted
The procedure is accelerated no
Main features of the procedure Please note that each candidate may only submit one request for participation. DALO has prepared a prequalification questionnaire (“PQQ”) which the candidates are encouraged to use when submitting their applications. The PQQ contains forms and templates for providing information etc. in accordance with the requirements in this Contract Notice. However, it is emphasised that it is the sole responsibility of the candidate that the information provided fulfils the requirements. The PQQ is available at the electronic procurement system. When submitting the offer (but not the request for participation/prequalification), the tenderer must submit a declaration stating that the tenderer (1) is not subject to any of the mandatory grounds for exclusion stated in Article 39(1) of the Defence and Security Directive and section 134 a of Act no. 1564 of 15 December 2015, as amended (the “Public Procurement Act”), and (2) to which degree the tenderer has unpaid overdue debt in relation to taxes or social security contributions under Danish law or under the law of the country in which the tenderer is established. A template for the declaration will be provided with the tender documents, which the tenderer may use. If the tenderer is composed of a group of entities (e.g. a consortium), including temporary joint ventures, a declaration must be submitted for each participating entity. Even if a candidate or a tenderer is subject to an exclusion ground, it will not be excluded if it has provided sufficient documentation that it is reliable. DALO will decide whether the documentation is sufficient. DALO’s assessment will be made according to the guidelines in section 138(1)-(4) of the Danish Act no. 1564 of 15 December 2015, as amended (the “Public Procurement Act”). According to the Defence and Security Directive, a candidate may rely on the economic and financial standing and/or technical and/or professional capacity of other entities, regardless of the legal nature of the links with the entities. If a candidate intends to rely on other entities and wants the capacity of such other entities to be taken into account when DALO assesses the suitability of the candidate, the candidate must prove that the other entities will and are obliged to provide the relevant resources at the disposal of the candidate. A template for a declaration from the supporting entity to this effect is included in the PQQ referred to above.
2.1.1.
Purpose
Main nature of the contract Supplies
Additional nature of the contract Services
Main classification   ( cpv ):  32000000   Radio, television, communication, telecommunication and related equipment
2.1.2.
Place of performance
Country subdivision (NUTS) Sydjylland   ( DK032 )
Country Denmark
2.1.3.
Value
Estimated value excluding VAT 175 000 000,00   DKK
2.1.4.
General information
Additional information In accordance with section 134a of the Danish Public Procurement Act the contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer is established in a country that is included in the EU list of non-cooperative jurisdictions for tax purposes and has not acceded to the WTO Government Procurement Agreement or other trade agreements committing Denmark to open the public procurement market to tenderers established in that country. However, for reasons of overriding public interest, the contracting entity may refrain from excluding a candidate or tenderer that is subject to the ground for exclusion. No particular legal form is required. If the agreement is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liability and appoint one supplier to represent the group. It is pointed out that this procedure is subject to Article 5k of Regulation (EU) no. 833/2014, as amended. 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 exact delimitation of the operators that are subject to the prohibition). DALO reserves the right at any time during the tender process to require candidates or tenderers to prove that they are not subject to the prohibition, for example by requiring documentation regarding the candidates’ or tenderers’ and any subcontractors’ place of establishment and ownership. As part of the request to participate, the candidate must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions. DALO reserves the right, at any time during the tender process, to let the candidate rectify a missing or inadequately completed self-declaration. DALO has uploaded a template (available in the electronic tender system) which must be used as a declaration. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the declaration must be provided separately for each of the participating entities. DALO reserves the right – but is not obliged – to use the remedies provided for in section 159(5) of the Danish Act no. 1564 of 15 December 2015, as amended, the Public Procurement Act, if requests to participate or offers do not fulfil the requirements of the tender documents. It should be noted that irrespective of the wording of the requirements of the tender documents to the effect that information, declarations and documentation must be submitted, e.g. concerning a description of the deliverables put up for tender, DALO is not prevented from obtaining additional information, etc., pursuant to the procedure in section 159(5), cf. section 159(6) of the Public Procurement Act. Any questions regarding the request to participate must be submitted through the electronic tender system. Questions will be anonymised, and the answers will be posted in the electronic tender system. Questions received within the deadline will be answered by DALO no later than 6 days before the deadline for request to participate. However, questions received later than the deadline will be answered unless the nature of the question makes it disproportionately onerous for DALO to answer six days before the deadline for request to participate. Answers to questions received later than 6 days before the deadline af the request to participate cannot be expected. DALO demands that the candidate and each of the legal entities on whose economic and financial capacities the candidate relies undertake joint and several liability for the performance of the agreement. DALO will select 5 candidates by applying the criteria stated in this notice, unless DALO receives no more than 5 compliant requests for participation.
Legal basis
Directive 2009/81/EC
Ministerial Order No. 1077 of 29 June 2022   - The Ministerial Order, which also contains supplementary provisions, implements the Defence and Security Directive (Directive 2009/81/EC) in Danish law.
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion Notice
Corruption Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator. See Article 39(1)(b) of the Defense and Security Directive.
Fraud Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48). See Article 39(1)(c) of the Defense and Security Directive.
Money laundering or terrorist financing Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15). See Article 39(1)(e) of the Defense and Security Directive.
Participation in a criminal organisation Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42). See Article 39(1)(a) of the Defense and Security Directive.
Terrorist offences or offences linked to terrorist activities Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision. See Article 39(1)(d) of the Defense and Security Directive.
Grave professional misconduct Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure Can the economic operator confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Breaching obligation relating to payment of social security contributions Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment? DALO will exclude a tenderer which has unpaid overdue debt of DKK 100,000 or more to public authorities in relation to social security contributions under Danish law or under the law of the country in which the tenderer is established, unless the tenderer has provided or will provide collateral for the overdue debt or has entered into an instalment agreement which has not been breached.
Breaching obligation relating to payment of taxes Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment? DALO will exclude a tenderer which has unpaid overdue debt of DKK 100,000 or more to public authorities in relation to taxes under Danish law or under the law of the country in which the tenderer is established, unless the tenderer has provided or will provide collateral for the overdue debt or has entered into an instalment agreement which has not been breached.
5. Lot
5.1.
Lot LOT-0000
Title WGS Antenne
Description The procurement concerns the acquisition of 9 m WGS Ka-band antenna(s), repair and spare parts.
Internal identifier 94c01271-d980-4857-b588-db59665720f9
5.1.1.
Purpose
Main nature of the contract Supplies
Additional nature of the contract Services
Main classification   ( cpv ):  32000000   Radio, television, communication, telecommunication and related equipment
Options
Description of the options The buyer reserves the right to buy 2 (two) additional antennas including radomes within the first 10 years of the Contract, cf. the Contract and Appendix 1.
5.1.2.
Place of performance
Country subdivision (NUTS) Sydjylland  ( DK032 )
Country Denmark
5.1.3.
Estimated duration
Duration 17   Years
5.1.4.
Renewal
Maximum renewals 0
5.1.5.
Value
Estimated value excluding VAT 175 000 000,00   DKK
5.1.6.
General information
This is a recurrent procurement
Reserved participation
Participation is not reserved.
Procurement Project not financed with EU Funds.
This procurement is also suitable for small and medium-sized enterprises (SMEs)yes
Additional information In accordance with section 134a of the Danish Public Procurement Act the contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer is established in a country that is included in the EU list of non-cooperative jurisdictions for tax purposes and has not acceded to the WTO Government Procurement Agreement or other trade agreements committing Denmark to open the public procurement market to tenderers established in that country. However, for reasons of overriding public interest, the contracting entity may refrain from excluding a candidate or tenderer that is subject to the ground for exclusion. No particular legal form is required. If the agreement is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liability and appoint one supplier to represent the group. It is pointed out that this procedure is subject to Article 5k of Regulation (EU) no. 833/2014, as amended. 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 exact delimitation of the operators that are subject to the prohibition). DALO reserves the right at any time during the tender process to require candidates or tenderers to prove that they are not subject to the prohibition, for example by requiring documentation regarding the candidates’ or tenderers’ and any subcontractors’ place of establishment and ownership. As part of the request to participate, the candidate must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions. DALO reserves the right, at any time during the tender process, to let the candidate rectify a missing or inadequately completed self-declaration. DALO has uploaded a template (available in the electronic tender system) which must be used as a declaration. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the declaration must be provided separately for each of the participating entities. DALO reserves the right – but is not obliged – to use the remedies provided for in section 159(5) of the Danish Act no. 1564 of 15 December 2015, as amended, the Public Procurement Act, if requests to participate or offers do not fulfil the requirements of the tender documents. It should be noted that irrespective of the wording of the requirements of the tender documents to the effect that information, declarations and documentation must be submitted, e.g. concerning a description of the deliverables put up for tender, DALO is not prevented from obtaining additional information, etc., pursuant to the procedure in section 159(5), cf. section 159(6) of the Public Procurement Act. Any questions regarding the request to participate must be submitted through the electronic tender system. Questions will be anonymised, and the answers will be posted in the electronic tender system. Questions received within the deadline will be answered by DALO no later than 6 days before the deadline for request to participate. However, questions received later than the deadline will be answered unless the nature of the question makes it disproportionately onerous for DALO to answer six days before the deadline for request to participate. Answers to questions received later than 6 days before the deadline af the request to participate cannot be expected. DALO demands that the candidate and each of the legal entities on whose economic and financial capacities the candidate relies undertake joint and several liability for the performance of the agreement. DALO will select 5 candidates by applying the criteria stated in this notice, unless DALO receives no more than 5 compliant requests for participation.
5.1.9.
Selection criteria
Sources of selection criteria Notice
Criterion Financial ratio
Description The candidate's equity ratio (calculated by dividing the candidate’s equity with the candidate’s total assets (equity/total assets x 100) at the end of the last 3 financial years available. The candidate must have a positive equity ratio in each of the last 3 financial years available. If the candidate is composed of a group of entities (e.g. consortium), including temporary joint ventures, the equity ratio will be calculated by dividing the sum of the equities of all participants with the sum of the total assets of all participants (the sum of equities/the sum of total assets x 100) in each of the last 3 financial years available. If the candidate relies on the economic and financial standing of an entity or entities (e.g. a parent or sister company or a subcontractor), the equity ratio will be calculated by dividing the sum of the candidate’s and the entity’s/entities’ equity with the sum of the candidate’s and the entity’s/entities’ total assets (the sum of equities/the sum of total assets x 100) in each of the last 3 financial years available. The request to participate must include the following: A statement of the candidate’s equity ratio at the end of the last 3 financial years available. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the information must be provided for each of the participating entities. If the candidate relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the information must also be provided for each such entity or entities.

Criterion References on specified deliveries
Description The candidate must provide a list of the most important similar deliveries (references) carried out within the last five years, prior to the deadline for the request to participate. DALO will assess the candidate's suitability and determine which applicants have documented the most relevant deliveries in relation to the procurement covered by this tender. In the assessment, emphasis will be placed on the nature and relevance of the described deliveries. The evaluation will be based on the reference list provided in the application for prequalification. It should be noted that if the information submitted is unclear or ambiguous, this may be considered to the candidate’s disadvantage during the selection process. In the selection of candidates, DALO will in particular attach importance to the following aspects: • That the reference(s) demonstrate the canditate's ability to ensure security of supply through continuous deliveries over time. • That the reference(s) concern deliveries to customer(s) whose tasks and operational responsibilities are comparable to those of DALO. The list should preferably include a short description of each delivery. The description of the deliveries should include a clear indication of which specific parts of the deliveries that are similar to the procurement described in section. The description should also include a description of the candidate’s participation/role in the performance of the deliveries. The description should also contain information about the date of the deliveries, and the recipients of the deliveries (specific names/countries are preferred, but not necessary); if no country-specific information is provided, the candidate is asked to provide as much generic information as possible about the delivery). When specifying the date for the deliveries, the candidate should state the date of commencement and completion. If this is not possible, the candidate is asked to indicate in the description of the delivery how the date is specified. Only the deliveries (references) performed at the time of the deadline for the request to participate will be considered when assessing if the minimum requirement for suitability stated below is fulfilled. If the delivery in question is ongoing, it is only the part of the procurement carried out within the last five years, and completed at the time of the deadline for the request to participate which will be included in the assessment of the delivery (reference). Consequently, if a part of the procurement has not been carried out within the last five years, or if a part of the procurement has not been completed at the time of the deadline for the request to participate, this particular part will not be included in the assessment of the delivery (reference). Therefore, it is important that the candidate clearly states which part (in terms of size, value, quantity or volume) of an ongoing delivery (reference) that has been carried out within the last five years. The list must contain a maximum of 3 (three) previous deliveries (references), irrespective of whether the candidate is one entity, composed of a group of entities (e.g. a consortium), including temporary joint ventures, or relies on the technical and professional capacity of other entities. If the list contains more than 3 (three), DALO will only consider the first 3 (three) deliveries on the list. Deliveries beyond that will not be considered.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure
Minimum number of candidates to be invited for the second stage of the procedure 5
Maximum number of candidates to be invited for the second stage of the procedure 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
5.1.10.
Award criteria
Criterion
TypePrice
Name Price
Description Lowest price.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 100,00
5.1.11.
Procurement documents
Languages in which the procurement documents are officially available English
Deadline for requesting additional information 27/11/2025   23:00:00 (UTC+00:00) Western European Time, GMT
5.1.12.
Terms of procurement
Terms of the procedure
Estimated date of dispatch of the invitations to submit tenders 12/12/2025
Terms of submission
Obligatory indication of subcontracting The share of the contract that the tenderer intends to subcontract
Electronic submission Required
Languages in which tenders or requests to participate may be submitted English Danish
Electronic catalogue Not allowed
Variants Not allowed
Tenderers may submit more than one tender Not allowed
Deadline for receipt of requests to participate 08/12/2025   12:00:00 (UTC+00:00) Western European Time, GMT
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 agreement contains requirements regarding labour clause, CSR requirements and international sanctions, as well as provisions regarding risk assessment and follow-up actions. In connection with the tendering for the agreement, the risk profile is assessed to the following follow-up action (risk level): B. Further information regarding the requirements and follow-up action is available on DALO’s webpage and will be included in the tender documents.
Electronic invoicing Required
Electronic ordering will be used no
Electronic payment will be used yes
Financial arrangement Payment shall take place no later than 30 days after the supplier has forwarded a satisfactory invoice to DALO. The specific payment terms will be included in the tender documents.
Subcontracting
The contractor must indicate any change of subcontractors during the execution of the contract.
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 Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for filing a complaint apply: Complaints regarding a candidate not being prequalified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting entity has sent notification to the candidates involved, see section 7(1) of the Act on The Complaints Board for Public Procurement, provided that the notification includes an account of the reasons for the decision. In accordance with section 7(2) of the Act on The Complaints Board for Public Procurement, other complaints must be filed with The Complaints Board for Public Procurement within: 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 an agreement. The deadline is calculated from the day after the day when the notice was published. 2) Thirty calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that an agreement 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) Six 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). The complainant must inform the contracting entity of the complaint in writing not later than simultaneously with the lodging of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, see section 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the appeal be granted suspensory effect, see section 12(1). The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed Klagenævnet for Udbud
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed Konkurrence- og Forbrugerstyrelsen
Organisation providing additional information about the procurement procedure Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation providing offline access to the procurement documents Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation processing tenders Danish Ministry of Defence Acquisition and Logistics Organisation
8. Organisations
8.1.
ORG-0001
Official name Danish Ministry of Defence Acquisition and Logistics Organisation
Postal address Lautrupbjerg 1-5
Town Ballerup
Postcode 2750
Country subdivision (NUTS) Københavns omegn  ( DK012 )
Country Denmark
Contact point Amalie Nygaard Becker
Email 00510162@mil.dk
Telephone 40403899
Internet address https://www.fmi.dk
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
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
Information exchange endpoint (URL) https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
Roles of this organisation
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
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
Email kfst@kfst.dk
Telephone +45 41715000
Information exchange endpoint (URL) https://www.kfst.dk
Roles of this organisation
Organisation providing more information on the review procedures
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
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 9ca1a7d1-17dc-43c4-9a09-d1cd13bad342   -   01
Form type Competition
Notice type Contract or concession notice – standard regime
Notice subtype 18
Notice dispatch date 07/11/2025   12:44:26 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender) 07/11/2025   12:49:10 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially available English
Notice publication number 742406-2025
OJ S issue number 216/2025
Publication date 10/11/2025
Annonce Annonce
BREAKING
{{ article.headline }}
0.062|instance-web03