Framework agreement on the delivery of purple teaming tests

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 …

CPV: 72600000 Услуги по оказване на помощ и консултации в областта на компютърните системи, 72500000 Услуги, свързани с използване на компютри
Място на изпълнение:
Framework agreement on the delivery of purple teaming tests
Издаващ орган:
Danmarks Nationalbank
Номер на наградата:
TS 231059

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
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 : 24 000 000 Danish krone
Maximum value of the framework agreement : 30 000 000 Danish krone

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 30 millio 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 technical ID : 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
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 24 000 000 Danish krone
Maximum value of the framework agreement : 30 000 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the 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 30 millio 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.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified services
Description : The candidate must submit the ESPD with the following information: A list of the 5 most significant comparable services that the candidate has carried out in the latest 3 years before the expiry of the deadline for application. Only references relating to services carried out at the time of the deadline for application will be given importance in the evaluation of whether the requirements regarding technical and professional capacity have been complied with, see below. Hence, in the case of an ongoing task, only the part of the services already performed at the time of the deadline for application will be included in the evaluation of the reference. Each reference is requested to include a brief description of the deliveries made. The description of the delivery should include a clear description of the services to which the delivery relates and the candidate’s role(s) in the performance of the delivery. The reference is furthermore requested to include the financial value of the delivery (amount), the date of delivery and the name of the customer (recipient), if this information is not confidential. When indicating the date of the delivery, the candidate is requested to indicate the date of commencement and finalisation of the delivery. If this is not possible, for example if the tasks were performed on a continuous basis under a framework agreement, the candidate is asked to indicate how the date is specified. No more than 5 references may be stated, irrespective of whether the candidate is a single operator, whether the candidate relies on the technical capacity of other entities, or is a group of operators (e.g. a consortium). Where more than 5 references are stated, only the most recent 5 references will be taken into account. Any additional references will be disregarded. If it is not possible to decide which references are the most recent 5 references, the references will be selected by drawing lots. In this procedure, the candidate may rely on the technical capacity of other operators to fulfil the suitability requirements. The operator(s) making its/their technical capacity available to the candidate must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications. If the candidate relies on the professional experience of other entities for the performance of specific parts of the services comprised by the contract, such specific parts of the services under the contract must be performed by the entity on which the candidate relies. The ESPD serves as provisional documentation that the candidate fulfils the requirements in respect of technical and professional capacity. Before the award decision is made, the candidate to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate. No additional documentation of technical and professional capacity will be required from the candidate. However, the contracting entity reserves the right to contact the candidate or the customer stated in the reference for verification of the information stated in the reference, including the dates of the reference indicated. Minimum requirement: as a minimum requirement for participation, the candidate must provide documentation of at least one (1) reference for the delivery of purple teaming test.
Criterion : References on specified services
Description : Criteria for selection among the suitable candidates. The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, in relation to the main services put up for tender. 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. In the evaluation of which candidates have documented the most relevant services of Purple teaming tests, the contracting entity will award points to the candidates on a scale from 1-5 for each main service, 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. In the selection, the contracting entity will place particular emphasis on the following main services: - Demonstrated experience with intelligence-led red team tests within live production it-infrastructure in financial services or similar critical infrastructure industries - Demonstrated experience with delivery of threat intelligence deliveries with focus on threat modelling - Demonstrated experience with delivery of purple teaming test where red team capabilities work closely with the customer’s blue team including collaboration with customer’s third-party vendors - Demonstrated cooperative and adaptable approach to purple teaming test, including willingness to adhere to specific customer requirements and context - Demonstrated experience with communication with both technical and non-technical customer resources, and engagement with collaborative activities, such as whiteboard sessions, stand-ups, workshops, etc. - Demonstrated experience with customers in various it-environments, ex. Cloud, outsourced, on-prem and in-house developed systems
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 :
Type : Price
Name : Price
Description : We refer to the tender specifications, Appendix A.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Competences
Description : We refer to the tender specifications, Appendix A.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Methodology and work modalities
Description : We refer to the tender specifications, Appendix A.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Risk management and information security
Description : We refer to the tender specifications, Appendix A.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 02/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. If the contract is awarded to a group of operators (such as a consortium), the participants of the group must undertake joint and several liability and appoint a joint representative.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system

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 more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate : Danmarks Nationalbank
Organisation processing tenders : Danmarks Nationalbank

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 receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +45 72405600
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
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 9b434abc-9d9f-40cf-9072-cc82b7f561fa - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/09/2025 08:02 +00:00
Notice dispatch date (eSender) : 01/09/2025 08:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00570392-2025
OJ S issue number : 167/2025
Publication date : 02/09/2025