Hotel accommodation

Individual hotel accommodation in Greater Copenhagen Tenderers hotel must be geographically located in postal codes below: 1112 1172 1360 1363 1370 1453 1468 1550 1552 1553 Includes all postal codes within postal codes 1500-1750 except for the postal codes listed under Lot 1 – Copenhagen Citi Includes postal code 2450 …

CPV: 55110000 Hotel accommodation services
Place of execution:
Hotel accommodation
Awarding body:
Ørsted Services A/S
Award number:
Lot 1 – Copenhagen City Center

1. Buyer

1.1 Buyer

Official name : Ørsted Services A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Hotel accommodation
Description : Individual hotel accommodation in Greater Copenhagen
Procedure identifier : c90d7255-51d0-4475-908b-7627f21c2810
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Main features of the procedure : The Tenderer can only submit one Tender per Lot in this Tender Procedure

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55110000 Hotel accommodation services

2.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information : 65000000

2.1.3 Value

Estimated value excluding VAT : 65 000 000 Danish krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1 – Copenhagen City Center
Description : Tenderers hotel must be geographically located in postal codes below: 1112 1172 1360 1363 1370 1453 1468 1550 1552 1553
Internal identifier : Lot 1 – Copenhagen City Center

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55110000 Hotel accommodation services
Options :
Description of the options : The contract can be renewed by 24 months up to 2 times.

5.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration : 6 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : By renewing, the buyer reserves the right (i.e. not an obligation) to renew the contract (i.e. extend its duration) without a new procurement procedure. For example, a contract may be valid for one year and the buyer may keep a possibility to renew it (e.g. once or twice) for another three months, if he is content with the services he received

5.1.5 Value

Estimated value excluding VAT : 13 448 276 Danish krone
Maximum value of the framework agreement : 13 448 276 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Additional information : 13448276

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Measures for ensuring quality
Description : Tenderers hotel must be geographically located in the postal codes
Criterion : Measures for ensuring quality
Description : The hotel must have minimum 50 rooms
Criterion : Measures for ensuring quality
Description : The hotel must as a minimum fulfill the mandatory criteria for 3 stars hotels by Horesta
Criterion : Measures for ensuring quality
Description : The hotel must meet the safety requirements for hotels in accordance with Danish legislation
Criterion : Measures for ensuring quality
Description : The contracted prices must be available to Orsted in the GDS system, currently Amadeus
Criterion : Measures for ensuring quality
Description : Supplier must accept Ørsted’s Code of Conduct for Business Partners

5.1.10 Award criteria

Criterion :
Type : Price
Description : The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Criterion :
Type : Quality
Description : The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in the tender material

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Address of the procurement documents : https://www.orstedprocurement.com/web/login.html

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 : 01/09/2025 12:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 4
Additional buyer coverage : All affiliates of the Contracting entity and all affiliates who are directly or indirectly controlled by Ørsted Services A/S. Ørsted establish new Affiliates on an ongoing basis. Any new Affiliate will also become a Contracting Entity under the Contract, as long as the new Affiliate’s activities are within the usual activities of the Ørsted which is to develops, constructs and operates offshore and onshore wind farms, solar farms, energy storage facilities, and bioenergy plants, and provides energy products to its customers.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud, Nævnenes Hus
Organisation providing additional information about the procurement procedure : Ørsted Services A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

5.1 Lot technical ID : LOT-0002

Title : Lot 2 – Copenhagen Vesterbro
Description : Includes all postal codes within postal codes 1500-1750 except for the postal codes listed under Lot 1 – Copenhagen Citi
Internal identifier : Lot 2 – Copenhagen Vesterbro

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55110000 Hotel accommodation services
Options :
Description of the options : The contract can be renewed by 24 months up to 2 times.

5.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration : 6 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : By renewing, the buyer reserves the right (i.e. not an obligation) to renew the contract (i.e. extend its duration) without a new procurement procedure. For example, a contract may be valid for one year and the buyer may keep a possibility to renew it (e.g. once or twice) for another three months, if he is content with the services he received

5.1.5 Value

Estimated value excluding VAT : 35 862 069 Danish krone
Maximum value of the framework agreement : 35 862 069 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Additional information : 35862069

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Measures for ensuring quality
Description : Tenderers hotel must be geographically located in the postal codes
Criterion : Measures for ensuring quality
Description : The hotel must have minimum 50 rooms
Criterion : Measures for ensuring quality
Description : The hotel must as a minimum fulfill the mandatory criteria for 3 stars hotels by Horesta
Criterion : Measures for ensuring quality
Description : The hotel must meet the safety requirements for hotels in accordance with Danish legislation
Criterion : Measures for ensuring quality
Description : The contracted prices must be available to Orsted in the GDS system, currently Amadeus
Criterion : Measures for ensuring quality
Description : Supplier must accept Ørsted’s Code of Conduct for Business Partners

5.1.10 Award criteria

Criterion :
Type : Price
Description : The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Criterion :
Type : Quality
Description : The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in the tender material

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Address of the procurement documents : https://www.orstedprocurement.com/web/login.html

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 : 01/09/2025 12:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 10
Additional buyer coverage : All affiliates of the Contracting entity and all affiliates who are directly or indirectly controlled by Ørsted Services A/S. Ørsted establish new Affiliates on an ongoing basis. Any new Affiliate will also become a Contracting Entity under the Contract, as long as the new Affiliate’s activities are within the usual activities of the Ørsted which is to develops, constructs and operates offshore and onshore wind farms, solar farms, energy storage facilities, and bioenergy plants, and provides energy products to its customers.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud, Nævnenes Hus
Organisation providing additional information about the procurement procedure : Ørsted Services A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

5.1 Lot technical ID : LOT-0003

Title : Lot 3 – Copenhagen SV
Description : Includes postal code 2450
Internal identifier : Lot 3 – Copenhagen SV

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55110000 Hotel accommodation services
Options :
Description of the options : The contract can be renewed by 24 months up to 2 times.

5.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration : 6 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : By renewing, the buyer reserves the right (i.e. not an obligation) to renew the contract (i.e. extend its duration) without a new procurement procedure. For example, a contract may be valid for one year and the buyer may keep a possibility to renew it (e.g. once or twice) for another three months, if he is content with the services he received

5.1.5 Value

Estimated value excluding VAT : 2 241 379 Danish krone
Maximum value of the framework agreement : 2 241 379 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Additional information : 2241379

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Measures for ensuring quality
Description : Tenderers hotel must be geographically located in the postal codes
Criterion : Measures for ensuring quality
Description : The hotel must have minimum 50 rooms
Criterion : Measures for ensuring quality
Description : The hotel must as a minimum fulfill the mandatory criteria for 3 stars hotels by Horesta
Criterion : Measures for ensuring quality
Description : The hotel must meet the safety requirements for hotels in accordance with Danish legislation
Criterion : Measures for ensuring quality
Description : The contracted prices must be available to Orsted in the GDS system, currently Amadeus
Criterion : Measures for ensuring quality
Description : Supplier must accept Ørsted’s Code of Conduct for Business Partners

5.1.10 Award criteria

Criterion :
Type : Price
Description : The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Criterion :
Type : Quality
Description : The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in the tender material

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Address of the procurement documents : https://www.orstedprocurement.com/web/login.html

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 : 01/09/2025 12:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Additional buyer coverage : All affiliates of the Contracting entity and all affiliates who are directly or indirectly controlled by Ørsted Services A/S. Ørsted establish new Affiliates on an ongoing basis. Any new Affiliate will also become a Contracting Entity under the Contract, as long as the new Affiliate’s activities are within the usual activities of the Ørsted which is to develops, constructs and operates offshore and onshore wind farms, solar farms, energy storage facilities, and bioenergy plants, and provides energy products to its customers.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud, Nævnenes Hus
Organisation providing additional information about the procurement procedure : Ørsted Services A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

5.1 Lot technical ID : LOT-0004

Title : Lot 4 – Copenhagen East
Description : Includes postal codes: 2100, 2150
Internal identifier : Lot 4 – Copenhagen East

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55110000 Hotel accommodation services
Options :
Description of the options : The contract can be renewed by 24 months up to 2 times.

5.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration : 6 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : By renewing, the buyer reserves the right (i.e. not an obligation) to renew the contract (i.e. extend its duration) without a new procurement procedure. For example, a contract may be valid for one year and the buyer may keep a possibility to renew it (e.g. once or twice) for another three months, if he is content with the services he received

5.1.5 Value

Estimated value excluding VAT : 6 724 138 Danish krone
Maximum value of the framework agreement : 6 724 138 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Additional information : 6724138

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Measures for ensuring quality
Description : Tenderers hotel must be geographically located in the postal codes
Criterion : Measures for ensuring quality
Description : The hotel must have minimum 50 rooms
Criterion : Measures for ensuring quality
Description : The hotel must as a minimum fulfill the mandatory criteria for 3 stars hotels by Horesta
Criterion : Measures for ensuring quality
Description : The hotel must meet the safety requirements for hotels in accordance with Danish legislation
Criterion : Measures for ensuring quality
Description : The contracted prices must be available to Orsted in the GDS system, currently Amadeus
Criterion : Measures for ensuring quality
Description : Supplier must accept Ørsted’s Code of Conduct for Business Partners

5.1.10 Award criteria

Criterion :
Type : Price
Description : The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Criterion :
Type : Quality
Description : The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in the tender material

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Address of the procurement documents : https://www.orstedprocurement.com/web/login.html

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 : 01/09/2025 12:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 3
Additional buyer coverage : All affiliates of the Contracting entity and all affiliates who are directly or indirectly controlled by Ørsted Services A/S. Ørsted establish new Affiliates on an ongoing basis. Any new Affiliate will also become a Contracting Entity under the Contract, as long as the new Affiliate’s activities are within the usual activities of the Ørsted which is to develops, constructs and operates offshore and onshore wind farms, solar farms, energy storage facilities, and bioenergy plants, and provides energy products to its customers.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud, Nævnenes Hus
Organisation providing additional information about the procurement procedure : Ørsted Services A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

5.1 Lot technical ID : LOT-0005

Title : Lot 5 – Kastrup
Description : Includes postal code: 2770
Internal identifier : Lot 5 – Kastrup

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55110000 Hotel accommodation services
Options :
Description of the options : The contract can be renewed by 24 months up to 2 times.

5.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration : 6 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : By renewing, the buyer reserves the right (i.e. not an obligation) to renew the contract (i.e. extend its duration) without a new procurement procedure. For example, a contract may be valid for one year and the buyer may keep a possibility to renew it (e.g. once or twice) for another three months, if he is content with the services he received

5.1.5 Value

Estimated value excluding VAT : 2 241 379 Danish krone
Maximum value of the framework agreement : 2 241 379 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Additional information : 2241379

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Measures for ensuring quality
Description : Tenderers hotel must be geographically located in the postal codes
Criterion : Measures for ensuring quality
Description : The hotel must have minimum 50 rooms
Criterion : Measures for ensuring quality
Description : The hotel must as a minimum fulfill the mandatory criteria for 3 stars hotels by Horesta
Criterion : Measures for ensuring quality
Description : The hotel must meet the safety requirements for hotels in accordance with Danish legislation
Criterion : Measures for ensuring quality
Description : The contracted prices must be available to Orsted in the GDS system, currently Amadeus
Criterion : Measures for ensuring quality
Description : Supplier must accept Ørsted’s Code of Conduct for Business Partners

5.1.10 Award criteria

Criterion :
Type : Price
Description : The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Criterion :
Type : Quality
Description : The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in the tender material

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Address of the procurement documents : https://www.orstedprocurement.com/web/login.html

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 : 01/09/2025 12:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 3
Additional buyer coverage : All affiliates of the Contracting entity and all affiliates who are directly or indirectly controlled by Ørsted Services A/S. Ørsted establish new Affiliates on an ongoing basis. Any new Affiliate will also become a Contracting Entity under the Contract, as long as the new Affiliate’s activities are within the usual activities of the Ørsted which is to develops, constructs and operates offshore and onshore wind farms, solar farms, energy storage facilities, and bioenergy plants, and provides energy products to its customers.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud, Nævnenes Hus
Organisation providing additional information about the procurement procedure : Ørsted Services A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

5.1 Lot technical ID : LOT-0006

Title : Lot 6 – Copenhagen North
Description : Includes postal codes: 2800, 2820, 2900
Internal identifier : Lot 6 – Copenhagen North

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55110000 Hotel accommodation services
Options :
Description of the options : The contract can be renewed by 24 months up to 2 times.

5.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration : 6 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : By renewing, the buyer reserves the right (i.e. not an obligation) to renew the contract (i.e. extend its duration) without a new procurement procedure. For example, a contract may be valid for one year and the buyer may keep a possibility to renew it (e.g. once or twice) for another three months, if he is content with the services he received

5.1.5 Value

Estimated value excluding VAT : 4 482 759 Danish krone
Maximum value of the framework agreement : 4 482 759 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Additional information : 4482759

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Measures for ensuring quality
Description : Tenderers hotel must be geographically located in the postal codes
Criterion : Measures for ensuring quality
Description : The hotel must have minimum 50 rooms
Criterion : Measures for ensuring quality
Description : The hotel must as a minimum fulfill the mandatory criteria for 3 stars hotels by Horesta
Criterion : Measures for ensuring quality
Description : The hotel must meet the safety requirements for hotels in accordance with Danish legislation
Criterion : Measures for ensuring quality
Description : The contracted prices must be available to Orsted in the GDS system, currently Amadeus
Criterion : Measures for ensuring quality
Description : Supplier must accept Ørsted’s Code of Conduct for Business Partners

5.1.10 Award criteria

Criterion :
Type : Price
Description : The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Criterion :
Type : Quality
Description : The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in the tender material

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Address of the procurement documents : https://www.orstedprocurement.com/web/login.html

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 : 01/09/2025 12:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 3
Additional buyer coverage : All affiliates of the Contracting entity and all affiliates who are directly or indirectly controlled by Ørsted Services A/S. Ørsted establish new Affiliates on an ongoing basis. Any new Affiliate will also become a Contracting Entity under the Contract, as long as the new Affiliate’s activities are within the usual activities of the Ørsted which is to develops, constructs and operates offshore and onshore wind farms, solar farms, energy storage facilities, and bioenergy plants, and provides energy products to its customers.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud, Nævnenes Hus
Organisation providing additional information about the procurement procedure : Ørsted Services A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

8. Organisations

8.1 ORG-0001

Official name : Ørsted Services A/S
Registration number : DK27446485
Postal address : Kraftværksvej 53
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Telephone : 004599556338
Internet address : www.orsted.com
Information exchange endpoint (URL) : www.orstedprocurement.com
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Klagenævnet for Udbud, Nævnenes Hus
Registration number : 10294819
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Telephone : 004572405600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 37795526
Postal address : Carl Jacobsens Vej 3
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : 004541715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 2d268f7f-890e-49cc-a48e-0cc2f0bfa70f - 01
Form type : Competition
Notice type : Contract notice – light regime
Notice dispatch date : 05/08/2025 12:01 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00514523-2025
OJ S issue number : 149/2025
Publication date : 06/08/2025