Public Procurement of Security Consultancy Services

Secure IT solutions are essential to the business operations of the Danske Spil Group. Danske Spil therefore maintains a high level of security and is certified according to several international standards for information security. In addition, the subsidiaries of Danske Spil A/S are subject to the certification program of the …

CPV: 72222300 Information technology services, 72220000 Systems and technical consultancy services, 72254100 Systems testing services
Place of execution:
Public Procurement of Security Consultancy Services
Awarding body:
Danske Spil A/S
Award number:
Security Consultancy Services

1. Buyer

1.1 Buyer

Official name : Danske Spil A/S
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Danske Lotteri Spil A/S
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Det Danske Klasselotteri A/S
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : Public Procurement of Security Consultancy Services
Description : Secure IT solutions are essential to the business operations of the Danske Spil Group. Danske Spil therefore maintains a high level of security and is certified according to several international standards for information security. In addition, the subsidiaries of Danske Spil A/S are subject to the certification program of the DGA, which includes requirements for periodic penetration testing and vulnerability scanning. Danske Spil desires to enter into a Framework Agreement with a certified and professional supplier of IT security services at a high technical level. In cooperation with Danske Spil, the Supplier shall contribute to maintaining a high level of security and preventing IT security-related incidents within the Danske Spil Group. The services to be delivered by the Supplier under the Framework Agreement include the following: - Annual penetration testing in accordance with the Danish Gambling Authority’s certification programme, Cf. Appendix 1c (SCP.04) - Quarterly vulnerability scanning in accordance with the Danish Gambling Authority’s certification programme, Cf. Appendix 1d (SCP.05) - Security testing of new products and IT solutions
Procedure identifier : dc9899fd-4615-44eb-a2f6-691aa62951e9
Previous notice : 6e10958b-e8a8-4450-8427-aab27d11b0c2-01
Internal identifier : Security Consultancy Services
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72254100 Systems testing services

2.1.2 Place of performance

Postal address : Korsdalsvej 135
Town : Brøndby
Postcode : 2605
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 4 500 000 Danish krone
Maximum value of the framework agreement : 6 500 000 Danish krone

2.1.4 General information

Call for competition is terminated
Additional information : DLO (Danske Lotteri Spil A/S), DLI (Danske Licens Spil A/S), and Det Danske Klasselotteri A/S are also parties to the Framework Agreement and are therefore entitled to make purchases under the Agreement. Section 134a of the Danish Public Procurement Act (Udbudsloven) applies to this procurement procedure. Participation in the tender procedure can only take place electronically via the Contracting Authority’s designated electronic tendering system. To gain access to the procurement documents, the tenderer must be registered or must register as a user. If the tender contains multiple versions of the same document, the most recently uploaded version shall be considered binding. All communication in connection with the procurement procedure, including questions and answers, must be conducted via the electronic tendering system. For information on questions and answers, please refer to the tender specifications and Appendix B. Interested parties are advised to stay updated via the electronic tendering system. If the tenderer experiences technical issues with the system, support may be contacted by email at dksupport@eu-supply.com or by phone at (+45) 70 20 80 14. The tenderer must submit an ESPD along with the tender as preliminary evidence of the conditions set out in Section 148(1), nos. 1–3, and Section 137(1)–(2) of the Public Procurement Act. It is not required for the tenderer to sign the ESPD document. In the case of a group of economic operators (e.g., a consortium), a separate ESPD must be submitted for each participating economic operator. If the tenderer is a consortium, each participant’s ESPD must be signed by the respective participant. It is not necessary for the lead tenderer submitting the tender to sign its own ESPD. If the tenderer relies on the capacities of other entities, an ESPD must be submitted for each supporting entity, and the ESPD must be signed by the supporting entity. Prior to the award decision, the tenderer to whom the Contracting Authority intends to award the contract must provide documentation for the information submitted in the ESPD pursuant to Sections 151–152, cf. Section 153 of the Public Procurement Act. As an alternative to the documentation referred to in Sections 153–155, 157, and 158 of the Act, the tenderer may submit a certificate of registration on an official list of approved economic operators, pursuant to Section 156, issued by the competent authority. The Contracting Authority may only accept such certificates from tenderers established in the country maintaining the official list. The estimated value reflects the Contracting Authority’s assessment of the anticipated drawdown on the framework agreement, while the maximum value represents the highest estimated value that may be called off under the framework agreement during its term. This estimate accounts for the Contracting Authority’s expectations based on a likely drawdown scenario as well as potential uncertainty associated with the estimate. It is particularly emphasized that the estimated value does not constitute a minimum purchase guarantee for the tenderer, nor does it entail any commitment by the Contracting Authority to make a minimum call-off under the framework agreement. The Contracting Authority may apply the procedure set out in Section 159(5) of the Public Procurement Act in cases where a tender does not comply with the formal requirements of the procurement documents. Attention is drawn to the fact that the procurement is subject to Article 5k of Regulation (EU) No 833/2014, as subsequently amended. This provision prohibits the award of contracts to Russian companies and Russian-controlled entities, etc. (see Article 5k(1) for a precise definition of the entities subject to the prohibition). The Contracting Authority reserves the right, at any time during the procurement process, to request documentation proving that the economic operators are not subject to the prohibition, for example by requiring a declaration and/or documentation regarding the place of establishment and ownership of the economic operators and any subcontractors. The framework agreement tendered is not divided into lots, as the Contracting Authority has assessed that economies of scale and administrative efficiencies can best be achieved through a single consolidated framework agreement. The framework agreement tendered is non-exclusive, and the Customer is therefore entitled to order services within the scope of the Framework Agreement from other suppliers within the regulatory framework of the Framework Agreement, including through a separate tender.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Public Procurement of Security Consultancy Services
Description : Secure IT solutions are essential to the business operations of the Danske Spil Group. Danske Spil therefore maintains a high level of security and is certified according to several international standards for information security. In addition, the subsidiaries of Danske Spil A/S are subject to the certification program of the DGA, which includes requirements for periodic penetration testing and vulnerability scanning. Danske Spil desires to enter into a Framework Agreement with a certified and professional supplier of IT security services at a high technical level. In cooperation with Danske Spil, the Supplier shall contribute to maintaining a high level of security and preventing IT security-related incidents within the Danske Spil Group. The services to be delivered by the Supplier under the Framework Agreement include the following: - Annual penetration testing in accordance with the Danish Gambling Authority’s certification programme, Cf. Appendix 1c (SCP.04) - Quarterly vulnerability scanning in accordance with the Danish Gambling Authority’s certification programme, Cf. Appendix 1d (SCP.05) - Security testing of new products and IT solutions
Internal identifier : Security Consultancy Services

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72254100 Systems testing services

5.1.2 Place of performance

Postal address : Korsdalsvej 135
Town : Brøndby
Postcode : 2605
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 4 500 000 Danish krone
Maximum value of the framework agreement : 6 500 000 Danish krone

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 : DLO (Danske Lotteri Spil A/S), DLI (Danske Licens Spil A/S), and Det Danske Klasselotteri A/S are also parties to the Framework Agreement and are therefore entitled to make purchases under the Agreement. Section 134a of the Danish Public Procurement Act (Udbudsloven) applies to this procurement procedure. Participation in the tender procedure can only take place electronically via the Contracting Authority’s designated electronic tendering system. To gain access to the procurement documents, the tenderer must be registered or must register as a user. If the tender contains multiple versions of the same document, the most recently uploaded version shall be considered binding. All communication in connection with the procurement procedure, including questions and answers, must be conducted via the electronic tendering system. For information on questions and answers, please refer to the tender specifications and Appendix B. Interested parties are advised to stay updated via the electronic tendering system. If the tenderer experiences technical issues with the system, support may be contacted by email at dksupport@eu-supply.com or by phone at (+45) 70 20 80 14. The tenderer must submit an ESPD along with the tender as preliminary evidence of the conditions set out in Section 148(1), nos. 1–3, and Section 137(1)–(2) of the Public Procurement Act. It is not required for the tenderer to sign the ESPD document. In the case of a group of economic operators (e.g., a consortium), a separate ESPD must be submitted for each participating economic operator. If the tenderer is a consortium, each participant’s ESPD must be signed by the respective participant. It is not necessary for the lead tenderer submitting the tender to sign its own ESPD. If the tenderer relies on the capacities of other entities, an ESPD must be submitted for each supporting entity, and the ESPD must be signed by the supporting entity. Prior to the award decision, the tenderer to whom the Contracting Authority intends to award the contract must provide documentation for the information submitted in the ESPD pursuant to Sections 151–152, cf. Section 153 of the Public Procurement Act. As an alternative to the documentation referred to in Sections 153–155, 157, and 158 of the Act, the tenderer may submit a certificate of registration on an official list of approved economic operators, pursuant to Section 156, issued by the competent authority. The Contracting Authority may only accept such certificates from tenderers established in the country maintaining the official list. The estimated value reflects the Contracting Authority’s assessment of the anticipated drawdown on the framework agreement, while the maximum value represents the highest estimated value that may be called off under the framework agreement during its term. This estimate accounts for the Contracting Authority’s expectations based on a likely drawdown scenario as well as potential uncertainty associated with the estimate. It is particularly emphasized that the estimated value does not constitute a minimum purchase guarantee for the tenderer, nor does it entail any commitment by the Contracting Authority to make a minimum call-off under the framework agreement. The Contracting Authority may apply the procedure set out in Section 159(5) of the Public Procurement Act in cases where a tender does not comply with the formal requirements of the procurement documents. Attention is drawn to the fact that the procurement is subject to Article 5k of Regulation (EU) No 833/2014, as subsequently amended. This provision prohibits the award of contracts to Russian companies and Russian-controlled entities, etc. (see Article 5k(1) for a precise definition of the entities subject to the prohibition). The Contracting Authority reserves the right, at any time during the procurement process, to request documentation proving that the economic operators are not subject to the prohibition, for example by requiring a declaration and/or documentation regarding the place of establishment and ownership of the economic operators and any subcontractors. The framework agreement tendered is not divided into lots, as the Contracting Authority has assessed that economies of scale and administrative efficiencies can best be achieved through a single consolidated framework agreement. The framework agreement tendered is non-exclusive, and the Customer is therefore entitled to order services within the scope of the Framework Agreement from other suppliers within the regulatory framework of the Framework Agreement, including through a separate tender.

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Reference is made to Appendix A for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Solution description
Description : Reference is made to Appendix A for further details.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
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 Act on the Danish Complaints Board for Public Procurement (Act No. 492 of 12 May 2010 as amended), complaints must be submitted to the Complaints Board for Public Procurement within the following time limits: A complaint regarding not being selected must be submitted to the Complaints Board for Public Procurement within 20 calendar days, cf. Section 7(1) of the Act, from the day after the contracting authority has sent a notification to the affected candidates regarding who has been selected, provided that the notification includes a statement of reasons for the decision in accordance with Section 2(1)(1) of the Act and Section 171(2) of the Public Procurement Act. In other cases, complaints concerning procurement procedures, cf. Section 7(2) of the Act, must be submitted to the Complaints Board for Public Procurement within: 45 calendar days from the day after the contracting authority has published a contract award notice in the Official Journal of the European Union. 30 calendar days from the day after the contracting authority has notified the affected tenderers that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been awarded, provided that the notification included a statement of reasons for the decision. 6 months from the day after the contracting authority has entered into a framework agreement, from the date on which the contracting authority has notified the affected candidates and tenderers, cf. Section 2(2) of the Act and Section 171(4) of the Public Procurement Act. 20 calendar days from the day after the contracting authority has communicated its decision, cf. Section 185(2) of the Public Procurement Act. At the latest concurrently with the submission of the complaint to the Complaints Board for Public Procurement, the complainant must notify the contracting authority in writing that a complaint has been submitted, and whether the complaint has been submitted within the standstill period, cf. Section 6(4) of the Act. In cases where the complaint is not submitted within the standstill period, the complainant must also state whether a request for suspensive effect has been made, cf. Section 12(1) of the Act. The email address of the Complaints Board for Public Procurement is klfu@naevneneshus.dk . The Complaints Board’s guide to complaints can be found at: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

6. Results

Maximum value of the framework agreements in this notice : 6 500 000 Danish krone
Approximate value of the framework agreements : 3 763 935 Danish krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 6 500 000 Danish krone
Re-estimated value of the framework agreement : 3 763 935 Danish krone

6.1.2 Information about winners

Winner :
Official name : Dionach
Tender :
Tender identifier : Public Procurement of Security Consultancy Services - Dionach
Identifier of lot or group of lots : LOT-0000
Subcontracting : No
Contract information :
Identifier of the contract : Public Procurement of Security Consultancy Services - Dionach
Date of the conclusion of the contract : 08/08/2025

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Dionach

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 : Tenders
Number of tenders or requests to participate received : 4

8. Organisations

8.1 ORG-0001

Official name : Danske Spil A/S
Registration number : 64011715
Postal address : Korsdalsvej 135
Town : Brøndby
Postcode : 2605
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Irvin Tekesinovic
Telephone : +45 30944627
Internet address : https://danskespil.dk/
Roles of this organisation :
Buyer
Group leader

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) : Byen København ( DK011 )
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) : Byen København ( DK011 )
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 : Danske Lotteri Spil A/S
Registration number : 33034482
Postal address : Korsdalsvej 135
Town : Brøndby
Postcode : 2605
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Irvin Tekesinovic
Telephone : 36720011
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Det Danske Klasselotteri A/S
Registration number : 15976578
Postal address : Korsdalsvej 135
Town : Brøndby
Postcode : 2605
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Irvin Tekesinovic
Telephone : 36720011
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Dionach
Size of the economic operator : 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-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 : 778debfa-1c13-414b-938c-8ea6d64510d1 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 08/08/2025 13:47 +00:00
Notice dispatch date (eSender) : 08/08/2025 14:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00528447-2025
OJ S issue number : 153/2025
Publication date : 12/08/2025