Quantity Surveyor Services

Femern A/S is the state-owned project company entrusted with the planning, procurement and delivery of the Fehmarn Belt Fixed Link. Femern A/S is a subsidiary of Sund & Bælt Holding A/S, which is fully owned by the Danish Ministry of Transport. Femern A/S requires Quantity Surveying services in connection with …

CPV: 71324000 Quantity surveying services, 71300000 Engineering services, 71541000 Construction project management services, 79411000 General management consultancy services, 79419000 Evaluation consultancy services
Deadline:
Sept. 12, 2025, 8 a.m.
Deadline type:
Submitting a bid
Place of execution:
Quantity Surveyor Services
Awarding body:
Femern Bælt A/S
Award number:
4018724

1. Buyer

1.1 Buyer

Official name : Femern Bælt A/S
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Housing and community amenities

2. Procedure

2.1 Procedure

Title : Quantity Surveyor Services
Description : Femern A/S is the state-owned project company entrusted with the planning, procurement and delivery of the Fehmarn Belt Fixed Link. Femern A/S is a subsidiary of Sund & Bælt Holding A/S, which is fully owned by the Danish Ministry of Transport. Femern A/S requires Quantity Surveying services in connection with the implementation the Fehmarn Belt Fixed Link – one of Europe’s largest and most technically ambitious infrastructure projects (hereinafter “the Project”). The Project comprises the construction of an 18-kilometre immersed tunnel between Rødbyhavn (Denmark) and Puttgarden (Germany) under the Fehmarn Belt. The tunnel will accommodate a four-lane motorway and a double-track electrified railway, significantly reducing travel time and strengthening transport links between Scandinavia and continental Europe. The works have been divided into a number of contract packages, including: 1. tunnel dredging and reclamation (TDR Contract); 2. cut-and-over parts, portal buildings, ramps and light attenuation structures and landside civil engineering (TPR Contract); 3. the construction of the southern part of the immersed tunnel (TUS Contract); 4. the construction of the northern part of the immersed tunnel (TUN Contract); and 5. various packages of mechanical and electrical works; track installation; communications systems; tolling systems; lighting and power systems. (mainly TEM Contract, TPS Contract and TTC Contract). The contractors engaged on the Project are large international contractors and joint ventures. A list of contractors and other counterparties is stated in Appendix 1 – Scope of Services, section 5. The contracts are based on FIDIC Silver Book 1999 with a number of amendments. To support the continued execution and governance of the project, Femern A/S seeks assistance from a highly competent and independent Quantity Surveying (QS) company. The QS will be required to support Femern A/S in in the areas of: • Professional assessment and negotiation of contractor claims, including delay, disruption and other cost claims • Structured cost and quantity management • High-volume data analysis • Verification and audit of contractor invoicing under lump sum, remeasured, and cost-plus / time-and-material contracts • Preparation of Expert Reports for use in formal dispute resolution, including arbitration under ICC rules, and in accordance with IBA Rules on the Taking of Evidence in International Arbitration • Cross-examination regarding such Export Reports Femern A/S has a strong internal project organisation and is supported by a number of Danish and international advisors within technical, legal, environmental, and financial areas. The QS must work in close collaboration with the internal team and external advisors, ensuring accurate cost control, well-founded assessments, and structured documentation. Although the specific scope and volume of tasks cannot be fully defined in advance – as it depends on the evolving nature of the Project and ongoing dialogue with contractors – a significant need for QS services is expected for the remainder of the project and beyond. The QS provider must be able to mobilise highly qualified resources on short notice. A non-exhaustive list of expected services is provided in the tender documents – see among others Appendix 1 (Scope of Services).
Procedure identifier : acdea196-3810-4e11-bce9-343327dfdaa5
Internal identifier : 4018724
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services

2.1.2 Place of performance

Town : Rødbyhavn
Postcode : 4970
Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark

2.1.2 Place of performance

Town : Copenhagen V
Postcode : 1601
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 30 000 000 Euro

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 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. 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. It should be noted that the stated amount in section 2.1.3 is an estimate of the expected contract price. The estimate is based on the expected remaining duration of the Project, including follow-up activities etc. and the anticipated need for quantity surveying resources each year. 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 requirements of the tender documents. Attention is drawn to Article 5k in Regulation (EU) No 833/2014 as amended which applies to the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies, etc. (reference is made to Article 5k, section 1, for the precise definition of the operators subject to the prohibition). The contracting entity reserves the right any time during the tender process to require documentation from the economic operators proving that they are not subject to the prohibition, for example by requiring a declaration to this effect and/or documentation of the place of establishment and ownership of the economic operators and any subcontractors.
Legal basis :
Directive 2014/24/EU
Danish Public Procurement Act ( https://www.retsinformation.dk/eli/lta/2015/1564) - 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).

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : see section 135(1), para (2) of the Danish Public Procurement Act.
Fraud : see section 135(1), para (3) of the Danish Public Procurement Act.
Money laundering or terrorist financing : see section 135(1), para (5) of the Danish Public Procurement Act.
Participation in a criminal organisation : see section 135(1), para (1) of the Danish Public Procurement Act.
Terrorist offences or offences linked to terrorist activities : see section 135(1), para (4) of the Danish Public Procurement Act.
Child labour and including other forms of trafficking in human beings : see section 135(1), para (6) of the Danish Public Procurement Act.
Grave professional misconduct : see section 136, para (4) of the Danish Public Procurement Act.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : see section 136, para (3) of the Danish Public Procurement Act.
Conflict of interest due to its participation in the procurement procedure : see section 136, para (1) of the Danish Public Procurement Act.
Direct or indirect involvement in the preparation of this procurement procedure : see section 136, para (2) of the Danish Public Procurement Act.
Breaching obligation relating to payment of social security contributions : see section 135(3) of the Danish Public Procurement Act.
Breaching obligation relating to payment of taxes : see section 135(3) of the Danish Public Procurement Act.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Quantity Surveyor Services
Description : Femern A/S is the state-owned project company entrusted with the planning, procurement and delivery of the Fehmarn Belt Fixed Link. Femern A/S is a subsidiary of Sund & Bælt Holding A/S, which is fully owned by the Danish Ministry of Transport. Femern A/S requires Quantity Surveying services in connection with the implementation the Fehmarn Belt Fixed Link – one of Europe’s largest and most technically ambitious infrastructure projects (hereinafter “the Project”). The Project comprises the construction of an 18-kilometre immersed tunnel between Rødbyhavn (Denmark) and Puttgarden (Germany) under the Fehmarn Belt. The tunnel will accommodate a four-lane motorway and a double-track electrified railway, significantly reducing travel time and strengthening transport links between Scandinavia and continental Europe. The works have been divided into a number of contract packages, including: 1. tunnel dredging and reclamation (TDR Contract); 2. cut-and-over parts, portal buildings, ramps and light attenuation structures and landside civil engineering (TPR Contract); 3. the construction of the southern part of the immersed tunnel (TUS Contract); 4. the construction of the northern part of the immersed tunnel (TUN Contract); and 5. various packages of mechanical and electrical works; track installation; communications systems; tolling systems; lighting and power systems. (mainly TEM Contract, TPS Contract and TTC Contract). The contractors engaged on the Project are large international contractors and joint ventures. A list of contractors and other counterparties is stated in Appendix 1 – Scope of Services, section 5. The contracts are based on FIDIC Silver Book 1999 with a number of amendments. To support the continued execution and governance of the project, Femern A/S seeks assistance from a highly competent and independent Quantity Surveying (QS) company. The QS will be required to support Femern A/S in in the areas of: • Professional assessment and negotiation of contractor claims, including delay, disruption and other cost claims • Structured cost and quantity management • High-volume data analysis • Verification and audit of contractor invoicing under lump sum, remeasured, and cost-plus / time-and-material contracts • Preparation of Expert Reports for use in formal dispute resolution, including arbitration under ICC rules, and in accordance with IBA Rules on the Taking of Evidence in International Arbitration • Cross-examination regarding such Export Reports Femern A/S has a strong internal project organisation and is supported by a number of Danish and international advisors within technical, legal, environmental, and financial areas. The QS must work in close collaboration with the internal team and external advisors, ensuring accurate cost control, well-founded assessments, and structured documentation. Although the specific scope and volume of tasks cannot be fully defined in advance – as it depends on the evolving nature of the Project and ongoing dialogue with contractors – a significant need for QS services is expected for the remainder of the project and beyond. The QS provider must be able to mobilise highly qualified resources on short notice. A non-exhaustive list of expected services is provided in the tender documents – see among others Appendix 1 (Scope of Services).
Internal identifier : 4018724

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services

5.1.2 Place of performance

Town : Rødbyhavn
Postcode : 4970
Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark
Additional information :

5.1.2 Place of performance

Town : Copenhagen V
Postcode : 1601
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Other duration : Unlimited

5.1.5 Value

Estimated value excluding VAT : 30 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Connecting Europe Facility (CEF) (2014/2020)
Identifier of EU funds : 2014-EU-TM-0221-W
Further details of EU funds : The construction of the fixed link across the Fehmarn Belt receives EU funding from the TEN-T programme under project code 2014-EU-TM-0221-W and 21-EU-TG-Fehmarnbelt Tunnel.
Information about European Union funds
EU funds programme : Connecting Europe Facility (CEF) (2014/2020)
Identifier of EU funds : 21-EU-TG-Fehmarnbelt Tunnel
Further details of EU funds : The construction of the fixed link across the Fehmarn Belt receives EU funding from the TEN-T programme under project code 2014-EU-TM-0221-W and 21-EU-TG-Fehmarnbelt Tunnel.
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 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. 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. It should be noted that the stated amount in section 2.1.3 is an estimate of the expected contract price. The estimate is based on the expected remaining duration of the Project, including follow-up activities etc. and the anticipated need for quantity surveying resources each year. 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 requirements of the tender documents. Attention is drawn to Article 5k in Regulation (EU) No 833/2014 as amended which applies to the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies, etc. (reference is made to Article 5k, section 1, for the precise definition of the operators subject to the prohibition). The contracting entity reserves the right any time during the tender process to require documentation from the economic operators proving that they are not subject to the prohibition, for example by requiring a declaration to this effect and/or documentation of the place of establishment and ownership of the economic operators and any subcontractors.

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : General yearly turnover
Description : The tenderer must submit the European Single Procurement Document ("ESPD") with the following information. - The tenderer's total annual turnover in the three latest financial years available. In this procedure, the tenderer may rely on the economic and financial capacity of other operators to fulfil the suitability requirements. The operator(s) making its/their economic and financial capacity available to the tenderer 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 tenderer relies on the economic and financial capacity of other entities in relation to the fulfilment of requirements, see below, the tenderer and the entities in question will be required by the contracting entity to undertake joint and several liability for the performance of the contract. The ESPD serves as provisional documentation that the tenderer fulfils the requirements in respect of economic and financial capacity. Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate. Upon the contracting entity's request, the following documentation of economic and financial capacity must be submitted: A statement regarding the operator's overall turnover in the three latest financial years available can be done by submitting the three latest annual report/financial statement, depending on when the operator was established or started trading if the figures for this turnover are available. For groups of operators (e.g. a consortium), the information in the three latest annual report/financial statement available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g., a parent company, a sister company or a subcontractor), information for such other entities must be provided as well. Minimum requirement: As a minimum requirement, a total annual turnover of at least EURO 20,000,000 is required in each of the three latest financial years available (the three latest annual report/financial statement available). If the tenderer relies on the capacities of other entities, the turnover is to be calculated as the total turnover of the tenderer and such other entities in the three latest financial years available. For groups of operators (e.g., a consortium), the turnover is calculated as the total turnover of the operators in the three latest financial years available. The information is to be stated in section IV.B of the ESPD
Criterion : References on specified services
Description : The tenderer must submit the ESPD with the following information: A list of the 5 most significant comparable Quantity Surveying Services, cf. the description of the services in this contract notice section 2.1, that the tenderer has carried out in the latest 5 years before the expiry of the deadline for submission of tender. Only references relating to services carried out at the time of submission of tender 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 submission of tender 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 project to which the delivery relates and the tenderer's role(s) in the performance of the delivery. The reference is furthermore requested to include the nature of the project (e.g. a construction project or infrastructure project), contractual details (e.g. FIDIC contract and cost-plus or lump sum contract), the financial value of the project (total contract price) and the date of delivery and the name of the customer (recipient). When indicating the date of the delivery, the tenderer 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 tenderer is asked to indicate how the date is specified. No more than 5 references may be stated, irrespective of whether the tenderer is a single operator, whether the tenderer 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 tenderer 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 tenderer 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 tenderer 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 tenderer relies. The ESPD serves as provisional documentation that the tenderer fulfils the requirements in respect of technical and professional capacity. Before the award decision is made, the tenderer 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 tenderer. However, the contracting entity reserves the right to contact the tenderer 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: The following three minimum requirements for technical and professional ability shall apply: Minimum requirement (1): Documented experience within the last five years with quantity surveying services performed under a FIDIC cost-plus contract related to a construction - or infrastructure project with a total contract price of the project of 1,000,000,000 EUR. Minimum requirement (2): Documented experience within the last five years with quantity surveying services performed under a FIDIC lump sum contract related to a construction - or infrastructure project with a total contract price of the project of 1,000,000,000 EUR. Minimum requirement (3): Documented experience within the last five years in preparing Expert Reports for use in arbitration proceedings under ICC rules and in accordance with IBA Rules on the Taking of Evidence in International Arbitration. For the avoidance of doubt, under this minimum requirement (3), there is no requirement to the nature of the project to which the experience relates. The last five years shall be calculated as the last five years from the deadline of submission of tender.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : Reference is made to Appendix A to the Tender Specifications
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Price
Name : Price
Description : Reference is made to Appendix A to the Tender Specifications
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 01/09/2025 21:55 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Security clearance is required
Description : Reference is made to section 5.3 in the Contract
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 tenders : 12/09/2025 08:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 12/09/2025 08:00 +00:00
Place : The electronic tendering system.
Additional information : The tenders will be opened in the electronic tendering system. Tenderers are not allowed to attend the opening of tenders.
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, cf. Femern A/S’s Code of Conduct (Appendix 4). The contract furthermore lays down requirements pursuant to ILO Convention no. 94 on labour clauses in public contracts and Circular no. 9471 of 30 June 2014, cf. Appendix 4 to the Contract. The contract lays down requirements on compliance with the law on processing of personal data. 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
A non-disclosure agreement is required : 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

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 www.retsinformation.dk ), the following deadlines apply to the lodging of complaints: 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 nh@naevneneshus.dk . The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/.
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

8. Organisations

8.1 ORG-0001

Official name : Femern Bælt A/S
Registration number : 28986564
Department : Femern Bælt A/S
Postal address : Vester Søgade 10
Town : København V
Postcode : 1601
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Kent Raun Moritzen
Telephone : +45 25430316
Roles of this organisation :
Buyer

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) : 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 : 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 : 4f5c0267-ae2a-4dac-8d8a-7e6a618dba84 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/08/2025 14:09 +00:00
Notice dispatch date (eSender) : 12/08/2025 14:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00531898-2025
OJ S issue number : 155/2025
Publication date : 14/08/2025