Digital Euro - Network Service Provider (NSP) Connectivity

Network Service Provider (NSP) Connectivity for the Digital Euro Service Platform (DESP). The maximum value of the service agreements for both lots is 355,320,000 EUR in total. The scope of the procurement foresees the establishment of Connectivity Services that support the communication between the distributed components of its end-to-end IT …

CPV: 72700000 Computer network services, 32400000 Networks, 45314000 Installation of telecommunications equipment, 72611000 Technical computer support services, 30236200 Data-processing equipment, 32412100 Telecommunications network, 72254100 Systems testing services, 45232320 Cable broadcasting lines
Place of execution:
Digital Euro - Network Service Provider (NSP) Connectivity
Awarding body:
European Central Bank
Award number:
PRO-009491

1. Buyer

1.1 Buyer

Official name : European Central Bank
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : Economic affairs

2. Procedure

2.1 Procedure

Title : Digital Euro - Network Service Provider (NSP) Connectivity
Description : Network Service Provider (NSP) Connectivity for the Digital Euro Service Platform (DESP). The maximum value of the service agreements for both lots is 355,320,000 EUR in total.
Procedure identifier : 299473fc-8cf1-4f34-bce7-6c4e131fe4b6
Internal identifier : PRO-009491
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : [Applicable only to Lot 1]: In deviation from Article 30 (1) of the Decision ECB/2016/2 laying down the rules on procurement (as amended), (available at https://eur-lex.europa.eu/legal-content/EN/TXT/?uri=CELEX:02016D0002-20200501), subject to the following place of establishment and control requirement: Only the following may be eligible as candidates, tenderers, members of a temporary grouping or sub-contractors: - EU Nationals that - are controlled by EU Nationals. Should candidates, tenderers or members of a temporary grouping that do not fulfil these requirements apply/submit an application, the application/tender will be excluded. Should sub-contractors be proposed that do not fulfil these requirements (i.e. being an EU National being controlled by an EU National), the ECB will either decide to exclude the application/tender or request that the sub-contractor be replaced with a sub-contractor that does fulfil the requirements. An ?EU National? means any legal entity with registered offices in an EU member state or any natural person that has the nationality of an EU member state. ?Control? means the ability to exercise a decisive influence on an undertaking, directly, or indirectly through one or more intermediate undertakings. Control can take any of the following forms: (i) the direct or indirect holding of more than 50% of the nominal value of the issued share capital in the legal entity concerned, or of a majority of the voting rights of the shareholders or associates of that entity, (ii) the direct or indirect holding, in fact or in law, of decision-making powers in the legal entity concerned. The contractors must moreover ensure that any cooperation with Nationals of third countries (non-EU countries) or that are controlled by such a country and/or by a national of such a country does not affect the security interests and avoids potential negative effects over security of supply of inputs that are critical to the procurement and the procurement subject. As proof, Candidates shall submit a declaration(s) in the Annex CfA4 for themselves and potential members of temporary groups or subcontractors. The ECB reserves the right to request further information or proof in this context to assess, if the above requirements are fulfilled. Candidates shall inform the ECB without undue delay if any circumstances arise after the submission of their application that may affect their eligibility in relation to ownership and control. [Applicable only to Lot 2]: The tender procedure shall be open on equal terms to all natural or legal persons resident or located in the European Union and to all natural and legal persons resident or located in a country which has ratified the World Trade Organisation Agreement on Government Procurement or has concluded with the European Union a bilateral agreement on procurement under the conditions laid down in the said agreements. The tender procedure is conducted in accordance with Decision ECB/2016/2 laying down the rules on procurement (as amended), available at https://www.ecb.europa.eu/ecb/legal/1001/procurement/html/index.en.html And in EUR-Lex: https://eur-lex.europa.eu/legal-content/EN/TXT/?uri=CELEX:02016D0002-20200501. The detailed features and terms and conditions of the procedure can be found in the procurement documents. [Applicable to Lot 1 and 2]: Location of service delivery: The provision of all works and off-site consultancy services will take place exclusively within the European Economic Area (EEA). The future contractors? staff (including possible temporary group members and subcontractors) assigned to this contract, must deliver and operate all Services from service delivery locations within the EEA.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 45314000 Installation of telecommunications equipment
Additional classification ( cpv ): 72611000 Technical computer support services
Additional classification ( cpv ): 30236200 Data-processing equipment
Additional classification ( cpv ): 32412100 Telecommunications network
Additional classification ( cpv ): 72254100 Systems testing services
Additional classification ( cpv ): 45232320 Cable broadcasting lines

2.1.2 Place of performance

Postal address : Sonnemannstrasse 22
Town : Frankfurt am Main
Postcode : 60314
Country subdivision (NUTS) : Frankfurt am Main, Kreisfreie Stadt ( DE712 )
Country : Germany

2.1.3 Value

Estimated value excluding VAT : 177 660 000 Euro

2.1.4 General information

Additional information : This tender procedure is conducted via the ECB?s electronic tendering system (SAP Ariba) which can be accessed via the following internet address: http://www.ecb.europa.eu/ecb/jobsproc/sourcing/html/index.en.html If you have not used the ECB?s electronic tendering system before, you need to register via the above link. Under the above link you also find user guides for detailed information on how to use the system and contact details for technical support. Should you require technical help when using the system, please raise a contact support request on the following website: https://eu.service.cloud.ariba.com/Sourcing.aw. Any other queries relating to this procurement procedure and the content of the procurement documentation shall be submitted as laid down in the procurement documentation itself.
Legal basis :
Other
http://data.europa.eu/eli/dec/2016/245/2020-05-01 - Consolidated text: Decision (EU) 2016/245 of the European Central Bank of 9 February 2016 laying down the rules on procurement (ECB/2016/2) (recast)

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 1

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1 NSP Connectivity ? restricted to EU nationals that are controlled by EU Nationals only
Description : The scope of the procurement foresees the establishment of Connectivity Services that support the communication between the distributed components of its end-to-end IT solution. The connectivity comprises two components ? external and inter-component connectivity. The first category (?external connectivity?) includes the connectivity services required to establish the technical communication between the IT infrastructure of external actors (mostly Payment Service Providers, PSPs and National Central Banks, NCBs) and the digital euro service platform (DESP), to ensure the smooth provision of digital euro services to end users. As DESP components might be hosted in different sites/data centers belonging to different providers, a second category of connectivity services includes the services needed to enable data exchanges between the different DESP components that are not co-located within the same IT infrastructure and that still do not have a way to communicate directly. This second category is referred to as ?inter-component connectivity?. Lot 1 participation is limited to EU nationals that are controlled by EU Nationals as defined in Chapter IV / Section 3.1 of the Call for Applications (CfA).
Internal identifier : PRO-009491 - Lot 1

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 45314000 Installation of telecommunications equipment
Additional classification ( cpv ): 72611000 Technical computer support services
Additional classification ( cpv ): 30236200 Data-processing equipment
Additional classification ( cpv ): 32412100 Telecommunications network
Additional classification ( cpv ): 72254100 Systems testing services
Additional classification ( cpv ): 45232320 Cable broadcasting lines
Options :
Description of the options : The contract is not subject to renewal.

5.1.3 Estimated duration

Duration : 120 Month

5.1.5 Value

Estimated value excluding VAT : 81 420 000 Euro

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) : no
Additional information : The maximum service agreement duration is 10 years. This duration is justified by the following high-level summary: Due to the complexity and volume of the project, it will not be possible to deliver all services within the standard contract duration of 4 years. To provide a long-term stable and efficient digital euro service for the entire euro area, it is indispensable to ensure flexibility and continuity in the contractual setup, including the contract duration. Considering the complexity of the solution and the involvement of multiple internal and external providers it is critical to have a continuous contractual relationship with the network service providers to ensure availability and resilience of the Digital Euro Service Platform (DESP) in the long term. Additionally, the connectivity services is a critical component of the Digital Euro should be aligned with the contract duration of the framework agreements of other digital euro components, e.g. Alias Lookup, Secure Exchange of Payment Information, Risk and Fraud, Application and Software Development Kit (SDK), Offline Solution. Furthermore, the contracts for the provisioning of network and connectivity services must be concluded for a duration beyond 4 years due to the upfront investment for the implementation of the connectivity solution and testing period to ensure that the connectivity works reliably. To warrant this investment in the setup of the connectivity services, these contracts will have a duration of 10 years. This approach allows the project team to focus on the digital euro functionality while avoiding any change of providers in this critical phase. The maximum value of Lot 1 is 177,660,000 EUR.

5.1.11 Procurement documents

Deadline for requesting additional information : 17/09/2025 10:00 +00:00
Ad hoc communication channel :
Name : ECB e-tendering platform

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
Deadline for receipt of requests to participate : 01/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : The European Ombudsman
Review organisation : European Central Bank - Procurement Review Body of the European Central Bank, c/o Legal Advice Team
Information about review deadlines : Within 10 days of receipt of the notification in accordance with Article 34(1) or the first sentence of Article 34(3) of Decision ECB/2016/2 laying down the rules on public procurement. Further requirements are outlined in Article 39 of this Decision. A complaint to the European Ombudsman does not affect the deadline for lodging appeals.
Organisation providing additional information about the procurement procedure : European Central Bank
Organisation providing offline access to the procurement documents : European Central Bank
Organisation providing more information on the review procedures : European Central Bank

5.1 Lot technical ID : LOT-0002

Title : Lot 2 NSP Connectivity ? unrestricted ? open to EU nationals and non-EU nationals
Description : The scope of the procurement foresees the establishment of Connectivity Services that support the communication between the distributed components of its end-to-end IT solution. The connectivity comprises two components ? external and inter-component connectivity. The first category (?external connectivity?) includes the connectivity services required to establish the technical communication between the IT infrastructure of external actors (mostly Payment Service Providers, PSPs and National Central Banks, NCBs) and the digital euro service platform (DESP), to ensure the smooth provision of digital euro services to end users. As DESP components might be hosted in different sites/data centers belonging to different providers, a second category of connectivity services includes the services needed to enable data exchanges between the different DESP components that are not co-located within the same IT infrastructure and that still do not have a way to communicate directly. This second category is referred to as ?inter-component connectivity?. Lot 2 participation is unrestricted and open to both EU nationals and non-EU nationals.
Internal identifier : PRO-009491 - Lot 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 45314000 Installation of telecommunications equipment
Additional classification ( cpv ): 72611000 Technical computer support services
Additional classification ( cpv ): 30236200 Data-processing equipment
Additional classification ( cpv ): 32412100 Telecommunications network
Additional classification ( cpv ): 72254100 Systems testing services
Additional classification ( cpv ): 45232320 Cable broadcasting lines

5.1.3 Estimated duration

Duration : 120 Month

5.1.5 Value

Estimated value excluding VAT : 81 420 000 Euro

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) : no
Additional information : The maximum service agreement duration is 10 years. This duration is justified by the following high-level summary: Due to the complexity and volume of the project, it will not be possible to deliver all services within the standard contract duration of 4 years. To provide a long-term stable and efficient digital euro service for the entire euro area, it is indispensable to ensure flexibility and continuity in the contractual setup, including the contract duration. Considering the complexity of the solution and the involvement of multiple internal and external providers it is critical to have a continuous contractual relationship with the network service providers to ensure availability and resilience of the Digital Euro Service Platform (DESP) in the long term. Additionally, the connectivity services is a critical component of the Digital Euro should be aligned with the contract duration of the framework agreements of other digital euro components, e.g. Alias Lookup, Secure Exchange of Payment Information, Risk and Fraud, Application and Software Development Kit (SDK), Offline Solution. Furthermore, the contracts for the provisioning of network and connectivity services must be concluded for a duration beyond 4 years due to the upfront investment for the implementation of the connectivity solution and testing period to ensure that the connectivity works reliably. To warrant this investment in the setup of the connectivity services, these contracts will have a duration of 10 years. This approach allows the project team to focus on the digital euro functionality while avoiding any change of providers in this critical phase. The maximum value of Lot 2 is 177,660,000 EUR.

5.1.11 Procurement documents

Deadline for requesting additional information : 17/09/2025 10:00 +00:00
Ad hoc communication channel :
Name : ECB e-tendering platform

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
Deadline for receipt of requests to participate : 01/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : The European Ombudsman
Review organisation : European Central Bank - Procurement Review Body of the European Central Bank, c/o Legal Advice Team
Information about review deadlines : Within 10 days of receipt of the notification in accordance with Article 34(1) or the first sentence of Article 34(3) of Decision ECB/2016/2 laying down the rules on public procurement. Further requirements are outlined in Article 39 of this Decision. A complaint to the European Ombudsman does not affect the deadline for lodging appeals.
Organisation providing additional information about the procurement procedure : European Central Bank
Organisation providing offline access to the procurement documents : European Central Bank
Organisation providing more information on the review procedures : European Central Bank

8. Organisations

8.1 ORG-0001

Official name : European Central Bank
Registration number : 0001
Postal address : Sonnemannstrasse 22
Town : Frankfurt am Main
Postcode : 60314
Country subdivision (NUTS) : Frankfurt am Main, Kreisfreie Stadt ( DE712 )
Country : Germany
Contact point : Central Procurement Office
Telephone : +49 6913440
Internet address : https://www.ecb.europa.eu
Other contact points :
Official name : Procurement Review Body of the European Central Bank, c/o Legal Advice Team
Postal address : Sonnemannstrasse 22
Town : Frankfurt am Main
Postcode : 60314
Country subdivision (NUTS) : Frankfurt am Main, Kreisfreie Stadt ( DE712 )
Country : Germany
Contact point : Legal Advice Team
Telephone : +49 6913440
Fax : +49 6913446886
Internet address : http://www.ecb.europa.eu
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : The European Ombudsman
Registration number : 0002
Postal address : 1 avenue du Pr?sident Robert Schuman, CS 30403
Town : Strasbourg
Postcode : 67001
Country subdivision (NUTS) : Bas-Rhin ( FRF11 )
Country : France
Contact point : The European Ombudsman
Telephone : +33 388172313
Roles of this organisation :
Mediation organisation

Notice information

Notice identifier/version : ed0b734e-aeb0-4af7-91c0-7c7aa87c32c7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/08/2025 09:57 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00560162-2025
OJ S issue number : 163/2025
Publication date : 27/08/2025