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
23.02.2026
Udbudstype
Andre

Udbyder

Danmarks Nationalbank

Framework agreement on the delivery of purple teaming tests


Danmarks Nationalbank

124558-2026 - Result
Denmark – Computer support and consultancy services – Framework agreement on the delivery of purple teaming tests
OJ S 37/2026 23/02/2026
Contract or concession award notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official name Danmarks Nationalbank
Legal type of the buyer Body governed by public law
Activity of the contracting authority Economic affairs
2. Procedure
2.1.
Procedure
Title Framework agreement on the delivery of purple teaming tests
Description This procurement seeks to enter into framework agreements with 3 Suppliers, that are experts within the field of purple teaming testing. Any Statement of Work will be awarded suite of a subsequent re-opening of the competition. The purple teaming test (PTT) shall be conducted on Danmarks Nationalbank. The purpose of the purple teaming test is to enhance the Customer’s cybersecurity posture by integrating offensive and defensive security teams to simulate real-world attack scenarios and improve detection and response capabilities. The test shall be conducted as a cooperation between the offensive red team provided by the supplier and the defensive blue team. The test shall assess how well the Customer is equipped to protect against, detect, respond to and potentially recover from cyber-attacks from threat actors with realistically advanced capabilities and modus operandi. The test shall to the farthest possible extent mimic relevant real actors’ capabilities towards the defensive capabilities at the Customers disposal. The framework agreement will be awarded to three (3) suppliers.
Procedure identifier d9f31002-81af-4d13-870f-a6c4ad8b9d01
Previous notice 9b434abc-9d9f-40cf-9072-cc82b7f561fa-01
Internal identifier TS 231059
Type of procedure Restricted
The procedure is accelerated no
2.1.1.
Purpose
Main nature of the contract Services
Main classification   ( cpv ):  72600000   Computer support and consultancy services
Additional classification   ( cpv ):  72500000   Computer-related services
2.1.2.
Place of performance
Postal address Langlinie Allé 47    
Town Copenhagen Ø
Postcode 2100
Country subdivision (NUTS) Byen København   ( DK011 )
Country Denmark
2.1.3.
Value
Estimated value excluding VAT 31 550 400,00   DKK
Maximum value of the framework agreement 3 991 125,00   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 procurement documents, the candidate must be registered or register as a user. If the application 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 candidate encounters problems with the system, please contact support by e-mail, dksupport@eu-sup ply.com, or telephone (+45) 70 20 80 14. As its application, the candidate must submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act (udbudsloven) and section 137(1) para (1) and para (3) and para (4) and para (5) of the Danish Public Procurement Act. It is not necessary for the candidate 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 candidate is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The candidate heading the group and submitting the application is not required to sign its ESPD document. If the candidate relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which it 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 applicant and 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 applicants and tenderers established in the country holding the official list. The contracting entity will select the number of candidates by applying the selection criteria stated in this contract notice, unless the contracting entity receives no more than the stated number of compliant requests for participation. Section 134a of the Danish Public Procurement Act shall apply to this tender procedure. 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. It should be noted that each candidate may only submit one application for prequalification. Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156 of the Danish Public Procurement Act, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from tenderers established in the country holding the official list. The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the individual framework agreements. The estimated value thus reflects the contracting entity’s estimate of the expected purchase under the framework agreements, whereas the maximum value reflects the highest estimated value of all contracts to be performed within the term of the framework agreements. This takes into account, partly, the contracting entity’s expectations based on the most likely purchase under the framework agreement, partly, the expected uncertainty of such estimate. In relation to the estimated value, particular attention is drawn to the fact that the tenderers are not guaranteed any minimum purchase under the framework agreement, and the estimate therefore implies no commitment on the part of the contracting entity to make a minimum purchase under the framework agreement. Decisive for the estimated value of the framework agreement can be the unexpected complexity in the tests. It is specifically pointed out to the tenderer that the tenderer is bound by the prices offered, irrespective of the turnover specifically achieved under the framework agreement. This means that the tenderer is also bound by the prices offered if the specific turnover deviates from the estimated value, both upwards and downwards. The maximum quantity to be delivered under the framework agreement is DKK 39.911.255 exclusive VAT. 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. It should be noted that the indicated term of the contract will commence on signature of the framework agreement. An information meeting will be held Monday 8 September 2025, at 13.00-14.00 on MS teams. For practical reasons, operators interested in participating in the meeting are asked to sign up via the electronic tendering system not later than 1 days before the meeting with indication of name of business and names and e-mails of the participants. The contracting entity will draw up brief minutes of the information meeting which will be announced to all tenderers participating in the tender procedure via the electronic tendering system.
Legal basis
Directive 2014/24/EU
The 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).
5. Lot
5.1.
Lot LOT-0000
Title Framework agreement on the delivery of purple teaming tests
Description This procurement seeks to enter into framework agreements with 3 Suppliers, that are experts within the field of purple teaming testing. Any Statement of Work will be awarded suite of a subsequent re-opening of the competition. The purple teaming test (PTT) shall be conducted on Danmarks Nationalbank. The purpose of the purple teaming test is to enhance the Customer’s cybersecurity posture by integrating offensive and defensive security teams to simulate real-world attack scenarios and improve detection and response capabilities. The test shall be conducted as a cooperation between the offensive red team provided by the supplier and the defensive blue team. The test shall assess how well the Customer is equipped to protect against, detect, respond to and potentially recover from cyber-attacks from threat actors with realistically advanced capabilities and modus operandi. The test shall to the farthest possible extent mimic relevant real actors’ capabilities towards the defensive capabilities at the Customers disposal. The framework agreement will be awarded to three (3) suppliers.
Internal identifier TS 231059
5.1.1.
Purpose
Main nature of the contract Services
Main classification   ( cpv ):  72600000   Computer support and consultancy services
Additional classification   ( cpv ):  72500000   Computer-related services
5.1.2.
Place of performance
Postal address Langlinie Allé 47    
Town Copenhagen Ø
Postcode 2100
Country subdivision (NUTS) Byen København  ( DK011 )
Country Denmark
5.1.3.
Estimated duration
Duration 48   Months
5.1.5.
Value
Estimated value excluding VAT 31 550 400,00   DKK
Maximum value of the framework agreement 3 991 125,00   DKK
5.1.6.
General information
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 procurement documents, the candidate must be registered or register as a user. If the application 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 candidate encounters problems with the system, please contact support by e-mail, dksupport@eu-sup ply.com, or telephone (+45) 70 20 80 14. As its application, the candidate must submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act (udbudsloven) and section 137(1) para (1) and para (3) and para (4) and para (5) of the Danish Public Procurement Act. It is not necessary for the candidate 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 candidate is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The candidate heading the group and submitting the application is not required to sign its ESPD document. If the candidate relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which it 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 applicant and 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 applicants and tenderers established in the country holding the official list. The contracting entity will select the number of candidates by applying the selection criteria stated in this contract notice, unless the contracting entity receives no more than the stated number of compliant requests for participation. Section 134a of the Danish Public Procurement Act shall apply to this tender procedure. 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. It should be noted that each candidate may only submit one application for prequalification. Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156 of the Danish Public Procurement Act, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from tenderers established in the country holding the official list. The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the individual framework agreements. The estimated value thus reflects the contracting entity’s estimate of the expected purchase under the framework agreements, whereas the maximum value reflects the highest estimated value of all contracts to be performed within the term of the framework agreements. This takes into account, partly, the contracting entity’s expectations based on the most likely purchase under the framework agreement, partly, the expected uncertainty of such estimate. In relation to the estimated value, particular attention is drawn to the fact that the tenderers are not guaranteed any minimum purchase under the framework agreement, and the estimate therefore implies no commitment on the part of the contracting entity to make a minimum purchase under the framework agreement. Decisive for the estimated value of the framework agreement can be the unexpected complexity in the tests. It is specifically pointed out to the tenderer that the tenderer is bound by the prices offered, irrespective of the turnover specifically achieved under the framework agreement. This means that the tenderer is also bound by the prices offered if the specific turnover deviates from the estimated value, both upwards and downwards. The maximum quantity to be delivered under the framework agreement is DKK 39.911.255 exclusive VAT. 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. It should be noted that the indicated term of the contract will commence on signature of the framework agreement. An information meeting will be held Monday 8 September 2025, at 13.00-14.00 on MS teams. For practical reasons, operators interested in participating in the meeting are asked to sign up via the electronic tendering system not later than 1 days before the meeting with indication of name of business and names and e-mails of the participants. The contracting entity will draw up brief minutes of the information meeting which will be announced to all tenderers participating in the tender procedure via the electronic tendering system.
5.1.10.
Award criteria
Criterion
TypePrice
Name Price
Description We refer to the tender specifications, Appendix A.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 30,00
Criterion
TypeQuality
Name Competences
Description We refer to the tender specifications, Appendix A.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 25,00
Criterion
TypeQuality
Name Methodology and work modalities
Description We refer to the tender specifications, Appendix A.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 25,00
Criterion
TypeQuality
Name Risk management and information security
Description We refer to the tender specifications, Appendix A.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 20,00
5.1.15.
Techniques
Framework agreement
Framework agreement, with reopening of competition
Information about the dynamic purchasing system
No dynamic purchase system
Electronic auction no
5.1.16.
Further information, mediation and review
Review organisation Klagenævnet for Udbud
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 ww.retsinformation.dk), the following deadlines apply to the lodging of complaints: Complaints of 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 and section 171(2) of the Danish Public Procurement 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 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 klfu@naevneneshus.dk. The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/startdin-klage/klagenaevnet-for-udbud/vejledning/.
Organisation providing additional information about the procurement procedure Danmarks Nationalbank
Organisation providing offline access to the procurement documents Danmarks Nationalbank
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
Organisation signing the contract Danmarks Nationalbank
6. Results
Maximum value of the framework agreements in this notice 31 550 400,00   DKK
Approximate value of the framework agreements 31 550 400,00   DKK
6.1.
Result lot identifier LOT-0000
Winner selection status At least one winner was chosen.
Framework agreement
Maximum value of the framework agreement 39 911 255,00   DKK
Re-estimated value of the framework agreement 31 550 400,00   DKK
6.1.2.
Information about winners
Winner
Official name mnemonic as
Tender
Tender identifier Framework agreement on the delivery of purple teaming tests - mnemonic as
Identifier of lot or group of lots LOT-0000
The tender was ranked no
The tender is a variant no
Subcontracting No
Contract information
Identifier of the contract Framework agreement on the delivery of purple teaming tests - mnemonic as
Date of the conclusion of the contract 03/02/2026
Information about European Union funds
Organisation signing the contract Danmarks Nationalbank
Winner
Official name Dionach
Tender
Tender identifier Framework agreement on the delivery of purple teaming tests - Dionach
Identifier of lot or group of lots LOT-0000
The tender was ranked no
The tender is a variant no
Subcontracting No
Contract information
Identifier of the contract Framework agreement on the delivery of purple teaming tests - Dionach
Date of the conclusion of the contract 03/02/2026
Information about European Union funds
Organisation signing the contract Danmarks Nationalbank
Winner
Official name Reversec Denmark A/S
Tender
Tender identifier Framework agreement on the delivery of purple teaming tests - Reversec Denmark A/S
Identifier of lot or group of lots LOT-0000
The tender was ranked no
The tender is a variant no
Subcontracting No
Contract information
Identifier of the contract Framework agreement on the delivery of purple teaming tests - Reversec Denmark A/S
Date of the conclusion of the contract 03/02/2026
Information about European Union funds
Organisation signing the contract Danmarks Nationalbank
6.1.4.
Statistical information
Summary of the review requests the buyer received
Number of complainants 0
Received tenders or requests to participate
Type of received submissions Requests to participate
Number of tenders or requests to participate received 18
Type of received submissions Tenders
Number of tenders or requests to participate received 4
8. Organisations
8.1.
ORG-0001
Official name Danmarks Nationalbank
Registration number 61092919
Department Danmarks Nationalbank
Postal address Langelinie Allé 47
Town København Ø
Postcode 2100
Country subdivision (NUTS) Byen København  ( DK011 )
Country Denmark
Contact point Astrid Jepsen
Telephone +45 33636035
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation signing the contract
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) Nordsjælland  ( DK013 )
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 mnemonic as
Size of the economic operator Micro, small, or medium
Registration number 982089549
Postal address Henrik Ibsens gate 100
Town OSLO
Postcode 0255
Country subdivision (NUTS) Innlandet  ( NO020 )
Country Norway
Email karema@mnemonic.no
Telephone +47 97060616
Roles of this organisation
Tenderer
Winner of these lots LOT-0000
8.1.
ORG-0005
Official name Dionach
Size of the economic operator Micro, small, or medium
Registration number 03908168
Postal address Unipart House, Garsington Road Cowley
Town Oxford
Postcode OX4 2PG
Country United Kingdom
Telephone +44 1865877830
Roles of this organisation
Tenderer
Winner of these lots LOT-0000
8.1.
ORG-0006
Official name Reversec Denmark A/S
Size of the economic operator Micro, small, or medium
Registration number 32559409
Postal address Holmbladsgade 133 (5th floor)
Town Copenhagen
Postcode 2300
Country subdivision (NUTS) Byen København  ( DK011 )
Country Denmark
Telephone +45 60683830
Roles of this organisation
Tenderer
Winner of these lots LOT-0000
8.1.
ORG-0007
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 a84284bc-51f1-4d30-aba8-0114c502711b   -   01
Form type Result
Notice type Contract or concession award notice – standard regime
Notice subtype 29
Notice dispatch date 20/02/2026   09:49:31 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender) 20/02/2026   11:01:12 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially available English
Notice publication number 124558-2026
OJ S issue number 37/2026
Publication date 23/02/2026
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|