1.
Buyer
1.1.
Buyer
Official name
:
DSB
Activity of the contracting entity
:
Railway services
2.
Procedure
2.1.
Procedure
Title
:
Wireless Communication
Description
:
DSB has been given the responsibility to automate the S-network, i.e., to transform the S-Train system from a traditional urban railway to a fully automated (GoA4) transport system. To execute this responsibility, DSB has set up a programme to deliver and implement the new capabilities needed for automating the S-network – “The Future S-network Programme”. The Future S-network Programme will be implemented through a number of separate projects that together will provide the fundament for DSB’s intended future operational and maintenance model for a fully automated S-network. One of these projects is the acquisition of wireless data communication and related services. The wireless data communication services to be delivered under the contracts covered by this tender shall enable transmitting of audio and real-time data streams between the future S-trains and central system setup in DSB´s data centres. This tender covers three (3) contracts for wireless data communication and related services. The services covered by the three (3) contracts are identical. Three contracts are tendered in order to obtain redundancy. However, one (1) of the three (3) contracts is conditioned. Accordingly, the third contract can only be activated in case it is concluded that the Mobile Connectivity available to DSB by using two Mobile Networks is not sufficient for DSB’s intended operation of driverless S-trains. In the event that one supplier’s mobile network becomes unavailable, DSB must be able to switch to another supplier’s mobile network in order to ensure the stable operation of the new driverless trains. On this basis, DSB does not wish to enter into contracts for the supply of mobile data with more than one supplier that uses the same mobile network for the provision of mobile data services for the fulfilment of the contract. Two suppliers shall be deemed to use the same mobile network for the fulfilment of the contract if mobile network data services are delivered under the contract using the same underlying radio access network (RAN) or mobile core network infrastructure. In connection with the award of contracts under this procurement, DSB will therefore not award more than one contract to tenderers that based on the tenderers’ statement in the tender will utilize the same mobile network for the fulfillment of the contract, as set out above. If DSB receives more than one tender that will utilize the same mobile network, cf. above, only the tender with the lowest evaluation price will be eligible for award. Any other tenders from tenderers using the same mobile network will not be awarded a contract. This is also the case if the implication is that less than three contracts may be awarded. II) Main Services Each contract covers the following main services: A) Initial Services B) Continuing Services Ad main service A) Initial Services The Initial Services shall cover all services necessary for the supplier to be able to deliver mobile connectivity to DSB. This shall include • Installation of terminal equipment (e.g. PE router) at three locations in the Copenhagen area appointed by DSB. • Establishment of fixed network between the supplier’s network and DSB’s two data centres, and fixed network to DSB’s test lab. • Delivery of approximately 450 SIM cards. • Integration between the supplier’s IT service management tool and DSB’s IT service management tool for appointed ITIL processes. • RAM demonstration report and coverage report providing insight into the supplier’s services and network. The supplier shall collaborate with DSB and other suppliers in the Future S-network Programme to ensure effective handling of all interfaces. Ad main service B) Continuing Services The supplier shall provide support and maintenance of the delivered solution (terminal equipment, fixed network, SIM cards, integrations) to ensure stable mobile connectivity. Continuing Services include: • 24/7/365 support. • Remote and onsite incident resolution according to defined SLAs. • Updates and patches. • Reporting related to SLAs, coverage of the Network, and other KPIs for the mobile network. DSB expects a monthly data usage of 12.166.670 megabytes from each supplier. As part of Continuing Services, the supplier shall collaborate with DSB and other programme suppliers in relation to managing the interfaces and analysis and resolution of Incidents affecting the S-network. *** In addition, the supplier shall deliver consultancy services and exit services on request. Further information is provided in the tender material.
Procedure identifier
:
7133c1f7-b77d-4a98-84ba-3e9474ffbbdf
Internal identifier
:
FS.WC.01
Type of procedure
:
Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated
:
no
2.1.1.
Purpose
Main nature of the contract
:
Services
Main classification
(
cpv
):
64210000
Telephone and data transmission services
Additional classification
(
cpv
):
64000000
Postal and telecommunications services,
64212000
Mobile-telephone services,
72700000
Computer network services
2.1.2.
Place of performance
Country subdivision (NUTS)
:
Byen København
(
DK011
)
Country
:
Denmark
2.1.2.
Place of performance
Country subdivision (NUTS)
:
Københavns omegn
(
DK012
)
Country
:
Denmark
2.1.2.
Place of performance
Country subdivision (NUTS)
:
Nordsjælland
(
DK013
)
Country
:
Denmark
2.1.3.
Value
Estimated value excluding VAT
:
75 000 000,00
DKK
2.1.4.
General information
Additional information
:
DSB intends to award a total of three (3) contracts under this procurement. Applications to participate must cover all three (3) contracts under this procurement. Prequalification is conducted for all three (3) contracts covered by this tender such that all prequalified applicants will be prequalified for submitting a single tender covering all three (3) contracts. The three (3) contracts will be awarded to the tenderers offering the lowest evaluation price within each eligible mobile network, it being understood that no more than one contract may be awarded per mobile network. Reference is made to section II.2.4 and the tender documents for further description of the award of the contracts. Contract 1 and Contract 2 are unconditional and shall come into force to their full extent upon signature. Contract 3 is a conditional contract that shall only come into force to its full extent if DSB activates the contract.
Legal basis
:
Directive 2014/25/EU
2.1.5.
Terms of procurement
Terms of submission
:
The tenderer must submit tenders for all lots
Terms of contract
:
Maximum number of lots for which contracts can be awarded to one tenderer
:
1
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion
:
European Single Procurement Document (ESPD)
5.
Lot
5.1.
Lot
:
LOT-0001
Title
:
Wireless Communication
Description
:
Tender for the delivery of wireless communication services for the future S-trains. The tender consist of three (3) contracts where two (2) contracts are identical and the activation of the third contract is conditional.
Internal identifier
:
1-0
5.1.1.
Purpose
Main nature of the contract
:
Services
Main classification
(
cpv
):
64210000
Telephone and data transmission services
Additional classification
(
cpv
):
64000000
Postal and telecommunications services,
64212000
Mobile-telephone services,
72700000
Computer network services
5.1.2.
Place of performance
Country subdivision (NUTS)
:
Byen København
(
DK011
)
Country
:
Denmark
5.1.2.
Place of performance
Country subdivision (NUTS)
:
Københavns omegn
(
DK012
)
Country
:
Denmark
5.1.2.
Place of performance
Country subdivision (NUTS)
:
Nordsjælland
(
DK013
)
Country
:
Denmark
5.1.3.
Estimated duration
Duration
:
120
Months
5.1.4.
Renewal
Maximum renewals
:
5
Other information about renewals
:
The contracts duration can be extended by twelve (12) months five (5) times for a total duration of 180 months.
5.1.6.
General information
Reserved participation
:
Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA)
:
yes
5.1.9.
Selection criteria
Sources of selection criteria
:
Notice
Criterion
:
General yearly turnover
Description of selection criterion
:
The applicant must have had an annual turnover of at least DKK 50 million in each of the last three (3) financial years. The applicant should state the start and end date of the financial year in question, the amount concerned and currency.
Criterion
:
Financial ratio
Description of selection criterion
:
The applicant must have had a solvency ratio of at least 20 % (calculated by dividing equity with total assets) for the last three (3) financial years. The ratio for the last three (3) financial years shall be calculated as the ratio for each financial year rounded to two (2) decimal places and then averaged for the last three (3) financial years rounded to two (2) decimal places and should be stated in the field “Financial ratio”. It should be noted that it is only possible to state numbers in the field and not symbols, such as e.g., “%”. When stating the solvency ratio as a number, DSB will assume that such number is the ratio in percentages (%).
Criterion
:
References on specified services
Description of selection criterion
:
The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries performed over the last three (3) years, in relation to the main services put up for tender as specified in section II.2.4 of this notice. Prequalification is conducted for all three (3) contracts covered by this tender such that all prequalified applicants will be prequalified for submitting a single tender covering all three (3) contracts. The relevance assessment will be made on the basis of the extent to which the references, combined, document experience in the provision of services that are comparable to the main services put up for tender as specified in section II.2.4 of this notice. In the evaluation of which candidates have documented the most relevant supplies, the contracting entity will award points to the candidates on a scale from 1-5 for each main service specified in section II.2.4 of this notice, based on the extent to which the references, combined, document relevant experience in providing the main services. On this basis, the candidate will be awarded a total score calculated as the average number of points awarded for the main services.
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
:
Maximum number of candidates to be invited for the second stage of the procedure
:
4
The procedure will take place in successive stages. At each stage, some participants may be eliminated
5.1.10.
Award criteria
Criterion
:
Type:
Price
Name
:
Price
Description
:
Lowest evaluation price
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
100,00
5.1.11.
Procurement documents
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
Deadline for receipt of requests to participate
:
10/03/2026
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
:
DSB has assessed that the conclusion of the agreements may be subject to the authorization requirement pursuant to the Danish Investment Screening Act. The agreements have incorporated corporate social responsibility considerations (Code of conduct). The agreements furthermore lay down requirements pursuant to ILO Convention no. 94 on labor clauses in public contracts and Circular no. 9471 of 30 June 2014.
Financial arrangement
:
Reference is made to the tender material with regard to the payment terms.
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: Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 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 where the notification has included an explanation of the relevant grounds for the decision.
Organisation providing additional information about the procurement procedure
:
DSB
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
5.1.
Lot
:
LOT-0002
Title
:
Wirelesss Communication Contract 2
Description
:
Tender for the delivery of wireless communication services for the future S-trains. The tender consist of three (3) contracts where two (2) contracts are identical and the activation of the third contract is conditional.
5.1.1.
Purpose
Main nature of the contract
:
Services
Main classification
(
cpv
):
64210000
Telephone and data transmission services
Additional classification
(
cpv
):
64000000
Postal and telecommunications services,
64212000
Mobile-telephone services,
72700000
Computer network services
5.1.2.
Place of performance
Country subdivision (NUTS)
:
Byen København
(
DK011
)
Country
:
Denmark
5.1.2.
Place of performance
Country subdivision (NUTS)
:
Københavns omegn
(
DK012
)
Country
:
Denmark
5.1.2.
Place of performance
Country subdivision (NUTS)
:
Nordsjælland
(
DK013
)
Country
:
Denmark
5.1.3.
Estimated duration
Duration
:
120
Months
5.1.4.
Renewal
Maximum renewals
:
5
Other information about renewals
:
The duration can be extended by twelve (12) months five (5) times for a total duration of 180 months.
5.1.5.
Value
Estimated value excluding VAT
:
25 000 000,00
DKK
5.1.6.
General information
Reserved participation
:
Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA)
:
yes
5.1.9.
Selection criteria
Sources of selection criteria
:
Notice
Criterion
:
General yearly turnover
Description of selection criterion
:
The applicant must have had an annual turnover of at least DKK 50 million in each of the last three (3) financial years. The applicant should state the start and end date of the financial year in question, the amount concerned and currency.
Criterion
:
Financial ratio
Description of selection criterion
:
The applicant must have had a solvency ratio of at least 20 % (calculated by dividing equity with total assets) for the last three (3) financial years. The ratio for the last three (3) financial years shall be calculated as the ratio for each financial year rounded to two (2) decimal places and then averaged for the last three (3) financial years rounded to two (2) decimal places and should be stated in the field “Financial ratio”. It should be noted that it is only possible to state numbers in the field and not symbols, such as e.g., “%”. When stating the solvency ratio as a number, DSB will assume that such number is the ratio in percentages (%).
Criterion
:
References on specified services
Description of selection criterion
:
The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries performed over the last three (3) years, in relation to the main services put up for tender as specified in section II.2.4 of this notice. Prequalification is conducted for all three (3) contracts covered by this tender such that all prequalified applicants will be prequalified for submitting a single tender covering all three (3) contracts. The relevance assessment will be made on the basis of the extent to which the references, combined, document experience in the provision of services that are comparable to the main services put up for tender as specified in section II.2.4 of this notice. In the evaluation of which candidates have documented the most relevant supplies, the contracting entity will award points to the candidates on a scale from 1-5 for each main service specified in section II.2.4 of this notice, based on the extent to which the references, combined, document relevant experience in providing the main services. On this basis, the candidate will be awarded a total score calculated as the average number of points awarded for the main services.
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
:
Maximum number of candidates to be invited for the second stage of the procedure
:
4
The procedure will take place in successive stages. At each stage, some participants may be eliminated
5.1.10.
Award criteria
Criterion
:
Type:
Price
Name
:
Price
Description
:
Lowest evaluation price.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
100,00
5.1.11.
Procurement documents
5.1.12.
Terms of procurement
Terms of the procedure
:
Estimated date of dispatch of the invitations to submit tenders
:
23/03/2026
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
Deadline for receipt of requests to participate
:
10/03/2026
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
:
DSB has assessed that the conclusion of the agreements may be subject to the authorization requirement pursuant to the Danish Investment Screening Act. The agreements have incorporated corporate social responsibility considerations (Code of conduct). The agreements furthermore lay down requirements pursuant to ILO Convention no. 94 on labor clauses in public contracts and Circular no. 9471 of 30 June 2014.
Electronic invoicing
:
Required
Electronic ordering will be used
:
no
Electronic payment will be used
:
yes
Financial arrangement
:
Reference is made to the tender material with regard to the payment terms.
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: Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 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 where 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. 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 appeal 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.
Organisation providing additional information about the procurement procedure
:
DSB
Organisation receiving requests to participate
:
DSB
Organisation processing tenders
:
DSB
5.1.
Lot
:
LOT-0003
Title
:
Wireless Communication Contract 3
Description
:
Tender for the delivery of wireless communication services for the future S-trains. The tender consist of three (3) contracts where two (2) contracts are identical and the activation of the third contract is conditional.
5.1.1.
Purpose
Main nature of the contract
:
Services
Main classification
(
cpv
):
64210000
Telephone and data transmission services
Additional classification
(
cpv
):
64000000
Postal and telecommunications services,
64212000
Mobile-telephone services,
72700000
Computer network services
5.1.2.
Place of performance
Country subdivision (NUTS)
:
Byen København
(
DK011
)
Country
:
Denmark
5.1.2.
Place of performance
Country subdivision (NUTS)
:
Københavns omegn
(
DK012
)
Country
:
Denmark
5.1.2.
Place of performance
Country subdivision (NUTS)
:
Nordsjælland
(
DK013
)
Country
:
Denmark
5.1.3.
Estimated duration
Duration
:
120
Months
5.1.4.
Renewal
Maximum renewals
:
5
Other information about renewals
:
The duration can be extended by twelve (12) months five (5) times for a total duration of 180 months.
5.1.5.
Value
Estimated value excluding VAT
:
25 000 000,00
DKK
5.1.6.
General information
Reserved participation
:
Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA)
:
yes
Additional information
:
This contract is conditional on DSB's activation after its conclusion. Accordingly, this contract can only be activated by DSB in case it is concluded that the Mobile Connectivity available to DSB by using two Mobile Networks is not sufficient for DSB’s intended operation of driverless S-trains.
5.1.9.
Selection criteria
Sources of selection criteria
:
Notice
Criterion
:
General yearly turnover
Description of selection criterion
:
The applicant must have had an annual turnover of at least DKK 50 million in each of the last three (3) financial years. The applicant should state the start and end date of the financial year in question, the amount concerned and currency.
Criterion
:
Financial ratio
Description of selection criterion
:
The applicant must have had a solvency ratio of at least 20 % (calculated by dividing equity with total assets) for the last three (3) financial years. The ratio for the last three (3) financial years shall be calculated as the ratio for each financial year rounded to two (2) decimal places and then averaged for the last three (3) financial years rounded to two (2) decimal places and should be stated in the field “Financial ratio”. It should be noted that it is only possible to state numbers in the field and not symbols, such as e.g., “%”. When stating the solvency ratio as a number, DSB will assume that such number is the ratio in percentages (%).
Criterion
:
References on specified services
Description of selection criterion
:
The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries performed over the last three (3) years, in relation to the main services put up for tender as specified in section II.2.4 of this notice. Prequalification is conducted for all three (3) contracts covered by this tender such that all prequalified applicants will be prequalified for submitting a single tender covering all three (3) contracts. The relevance assessment will be made on the basis of the extent to which the references, combined, document experience in the provision of services that are comparable to the main services put up for tender as specified in section II.2.4 of this notice. In the evaluation of which candidates have documented the most relevant supplies, the contracting entity will award points to the candidates on a scale from 1-5 for each main service specified in section II.2.4 of this notice, based on the extent to which the references, combined, document relevant experience in providing the main services. On this basis, the candidate will be awarded a total score calculated as the average number of points awarded for the main services.
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
:
Maximum number of candidates to be invited for the second stage of the procedure
:
4
The procedure will take place in successive stages. At each stage, some participants may be eliminated
5.1.10.
Award criteria
Criterion
:
Type:
Price
Name
:
Price
Description
:
Lowest evaluation price.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
100,00
5.1.11.
Procurement documents
5.1.12.
Terms of procurement
Terms of the procedure
:
Estimated date of dispatch of the invitations to submit tenders
:
26/03/2026
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 requests to participate
:
10/03/2026
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
:
DSB has assessed that the conclusion of the agreements may be subject to the authorization requirement pursuant to the Danish Investment Screening Act. The agreements have incorporated corporate social responsibility considerations (Code of conduct). The agreements furthermore lay down requirements pursuant to ILO Convention no. 94 on labor clauses in public contracts and Circular no. 9471 of 30 June 2014.
Electronic invoicing
:
Required
Electronic payment will be used
:
yes
Financial arrangement
:
Reference is made to the tender material with regard to the payment terms.
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: Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 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 where 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. 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 appeal 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.
Organisation providing additional information about the procurement procedure
:
DSB
Organisation receiving requests to participate
:
DSB
Organisation processing tenders
:
DSB
8.
Organisations
8.1.
ORG-0001
Official name
:
DSB
Registration number
:
25 05 00 53
Postal address
:
Telegade 2
Town
:
Taastrup
Postcode
:
2630
Country subdivision (NUTS)
:
Københavns omegn
(
DK012
)
Country
:
Denmark
Contact point
:
Alexander Ipsen Pedersen
Telephone
:
+45 2468 4613
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
:
Toldboden 2
Town
:
Viborg
Postcode
:
8800
Country subdivision (NUTS)
:
Vestjylland
(
DK041
)
Country
:
Denmark
Telephone
:
+45 72405708
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
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
Roles of this organisation
:
TED eSender
Notice identifier/version
:
b90304be-4e7b-49cd-bfb3-5c7bfe59ab3d
-
01
Form type
:
Competition
Notice type
:
Contract or concession notice – standard regime
Notice subtype
:
17
Notice dispatch date
:
06/02/2026
09:47:49 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)
:
06/02/2026
15:00:42 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially available
:
English
Notice publication number
:
95697-2026
OJ S issue number
:
28/2026
Publication date
:
10/02/2026