Tender for contract on directors and officers' liability insurance policy - primary layer

This tender concerns a contract on directors and officers’ liability insurance (“D&O insurance”) covering a primary layer with worldwide coverage, with a minimum limit of liability of EUR 10,000,000 for each and every claim and in the annual aggregate. This tender concerns a contract on directors and officers’ liability insurance …

CPV: 66515410 Taloudellisen tappion varalta otettavat vakuutukset
Määräaika:
10. lokakuuta 2025 kello 21.59
Määräajan tyyppi:
Tarjouksen jättäminen
Teloituspaikka:
Tender for contract on directors and officers' liability insurance policy - primary layer
Myöntävä elin:
Finansiel Stabilitet
Myöntämisnumero:
3300751

1. Buyer

1.1 Buyer

Official name : Finansiel Stabilitet
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Economic affairs

2. Procedure

2.1 Procedure

Title : Tender for contract on directors and officers' liability insurance policy - primary layer
Description : This tender concerns a contract on directors and officers’ liability insurance (“D&O insurance”) covering a primary layer with worldwide coverage, with a minimum limit of liability of EUR 10,000,000 for each and every claim and in the annual aggregate.
Procedure identifier : 42442b7d-5c3a-47db-9acc-b18a693cf1fc
Internal identifier : 3300751
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : This tender concerns a contract on D&O insurance covering a primary layer with worldwide coverage, with a minimum limit of liability of EUR 10,000,000 for each and every claim and in the annual aggregate. The policy period is from 1 March 2026 to 28 February 2027, both days included. FS is planning to take out D&O insurance with an overall limit of liability up to EUR 90,000,000 for the period of 1 March 2026 to 28 February 2027, both days included. The D&O insurance will consist of a primary layer and up to 16 excess layers. The contract subject to this tender procedure is for the primary layer only. The excess layer contracts are subject to a separate tender procedure. A contract notice for the excess layer tender is expected to be published in December November 2025. Overall, it is the intention to obtain quotes for the following layers: - 16. excess MEUR xs 85 - 15. excess MEUR 5 xs 80 - 14. excess MEUR 5 xs 75 - 13. excess MEUR 5 xs 70 - 12. excess MEUR 5 xs 65 - 11. excess MEUR 5 xs 60 - 10. excess MEUR 5 xs 55 - 9. excess MEUR 5 xs 50 - 8. excess MEUR 5 xs 45 - 7. excess MEUR 5 xs 40 - 6. excess MEUR 5 xs 35 - 5. excess MEUR 5 xs 30 - 4. excess MEUR 5 xs 25 - 3. excess MEUR 5 xs 20 - 2. excess MEUR 5 xs 15 - 1. excess MEUR 5 xs 10 - Primary layer MEUR 10 (15 or 20) It is a condition for participation in the tender procedure that the tenderer is not subject to any of the mandatory grounds for exclusion set out in Sections 134a, 135 and 136 of the Danish Public Procurement Act, see further below. As preliminary evidence thereof, the tenderer must submit a completed ESPD, see further details below regarding documentation. With regard to Section 134a of the Danish Public Procurement Act, it should be noted that participation is conditional upon the tenderer not being established in a country that is included on the EU list of non-cooperative tax jurisdictions, and which has not acceded to the WTO's Government Procurement Agreement or other trade agreements obligating Denmark to open the public procurement market to tenderers from the relevant country. In part III.D of the ESPD, the tenderer must indicate whether it is subject to the exclusion ground set out in Section 134a. The tenderer may be an agent acting for an insurance company implying that the insurance company will eventually be party to the contract with FS and thus the final issuer of the insurance policy. In such case, it is the insurance company on whose behalf the offer is submitted that must complete the ESPD. The agent shall not complete an ESPD. The tenderer may be an association of undertakings, e.g. a consortium. In such case, each undertaking within the association must complete separate ESPD's providing information on the grounds for exclusions, which must be submitted as part of the offer.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66515410 Financial loss insurance services

2.1.2 Place of performance

Postal address : Sankt Annæ Plads 13, 2. tv
Town : København K
Postcode : 1250
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 0 Danish krone

2.1.4 General information

Additional information : Documentation: Prior to the award decision, the tenderer with whom FS intends to enter into the contract must provide FS with documentation for the information in the ESPD. Documentation regarding exclusion grounds: As documentation that neither the company nor any member of the management has been caught by the exclusion grounds in Section 135 of the Public Procurement Act within the last four years, an extract from the relevant register or similar document issued by a competent legal or administrative authority showing that neither the company nor any member of the management has been caught must be submitted. For Danish tenderers, the documentation can be in the form of a service certificate requested from the Danish Business Authority at the Authority's website https://virk.dk/myndigheder/stat/ERST/selvbetjening/Anmod_om_serviceattest/. The certificate must not be dated earlier than 12 months before the expiry of the offer submission deadline. The service certificate may function as documentation for both the company and the members of the management (both its Danish and non-Danish members). In connection with the request for the service certificate, the tenderer’s management members will be asked to submit a consent declaration to the Danish Business Authority regarding the collection of criminal records for the individual, as well as a solemn declaration that the individual has not been convicted or accepted a fine for a number of specified matters. If all management members do this, no separate documentation needs to be submitted. If a management member does not submit a consent declaration or a solemn declaration, the service certificate will be issued with a remark, and separate documentation must be submitted to show that the individual is not subject to any grounds for exclusion. As a general rule, a copy of the individual’s criminal record or an equivalent certificate issued by a competent national authority in the country where the individual is a citizen must be submitted. If the tenderer is not domiciled in Denmark, the tenderer must follow the procedure set out in Section 153 of the Danish Public Procurement Act. This means that the documentation may consist of extracts from the relevant register, a certificate, or an equivalent document issued by a competent judicial or administrative authority. For tenderers domiciled in an EU or EEA country, e-Certis includes an overview of the relevant documentation in the tenderer’s specific country. The EU/EEA-tenderer must provide the documentation listed in e-Certis, see more here: https://ec.europa.eu/tools/ecertis/#/search. If the country in which the tenderer is domiciled does not issue such certificates or documents, or if these do not cover all exclusion grounds mentioned in Section 135 of the Danish Public Procurement Act, they can be replaced by a declaration under oath. If declaration under oath is not a possibility in the country in question, a solemn declaration made before either a competent judicial or administrative authority, a notary, or a competent professional organisation can be given instead in accordance with Section 153 (2) of the Danish Public Pro-curement Act. It is noted that FS will accept documentation that is valid under the national law of the country in which it is issued, including with respect to the period of validity. If a period of validity is not determined by national law, FS will accept documentation that has been issued up to 12 months before the offer submission deadline. Documentation for selection criteria: As documentation that the tenderer has a credit rating of at least A- (Standard & Poor's) or equivalent, the tenderer shall provide either an extract from the relevant register or a link to the website where information about the tenderer's credit rating may be found. If the tenderer is a consortium, documentation regarding financial capacity must be submitted for each participant in the consortium. Documentation regarding consortiums: If the tenderer is a consortium of companies and the consortium is awarded the contract, a signed consortium declaration must be submitted, in which the companies in the consortium declare that they are jointly and severally liable to FS for the performance of the contract. FS has prepared a template which the tenderer is encouraged to use (Annex 6). Declaration of ownership: As documentation that the tenderer is not a Russian company or a Russian-controlled company, and does not use Russian or Russian-controlled support entities or subcontractors, the tenderer must submit a completed and signed version of the attached solemn declaration, cf. Appendix 5 of the tender documents.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : It is a condition for participation that the tenderer itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has not been the subject of a conviction by final judgment or accepted a fine notice for corruption as defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54), cf. Section 135(1)(2) of the Danish Public Procurement Act. This exclusion ground also includes corruption as defined in Denmark and the national law of the tenderer.
Fraud : It is a condition for participation that the tenderer itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has not been the subject of a conviction by final judgment or accepted a fine notice for fraud within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48), cf. Section 135(1)(3) of the Danish Public Procurement Act.
Money laundering or terrorist financing : It is a condition that the tenderer itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has not been the subject of a conviction by final judgment or accepted a fine notice for money laundering or terrorist financing as defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15), cf. Section 135(1)(5) of the Danish Public Procurement Act.
Participation in a criminal organisation : It is a condition that the tenderer itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has not been the subject of a conviction by final judgment or accepted a fine notice for participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42), cf. Secton 135(1)(1) of the Danish Public Procurement Act.
Terrorist offences or offences linked to terrorist activities : It is a condition for participation that the tenderer itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has not been the subject of a conviction by final judgment or accepted a fine notice for terrorist offences or offences linked to terrorist activities as defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3), cf. Section 135(1)(4). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
Child labour and including other forms of trafficking in human beings : It is a condition for participation that the tenderer itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has not been the subject of a conviction by final judgment or accepted a fine notice for child labour and other forms of trafficking in human beings as defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1), cf. Section 135(1)(6).
Grave professional misconduct : It is a condition that the tenderer is not guilty of grave professional misconduct, cf. Section 136(4) of the Danish Public Procurement Act.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : It is a condition for participation that, in the tender procedure in question, the tenderer has not submitted grossly misleading information, withheld information, or failed to provide supplementary documents, cf. Section 136(3) of the Danish Public Procurement Act.
Conflict of interest due to its participation in the procurement procedure : It is a condition that the tenderer is not in a conflict of interest in relation to this tender procedure, cf. Section 136(1) of the Danish Public Procurement Act.
Direct or indirect involvement in the preparation of this procurement procedure : It is a condition for participation that no distortion of competition arises as a result of the tenderer's prior involvement in the preparation of the procurement procedure for the tender in question, cf. Section 136(2) of the Danish Public Procurement Act.
Breaching obligation relating to payment of social security contributions : It is a condition for participation that the tenderer has not breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Denmark, cf. Section 135(3) of the Danish Public Procurement Act.
Breaching obligation relating to payment of taxes : It is a condition that the tenderer has not breached its obligations relating to the payment of taxes, both in the country in which it is established and in Denmark. cf. Section 135(3) of the Danish Public Procurement Act.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Tender for contract on directors and officers' liability insurance policy - primary layer
Description : This tender concerns a contract on directors and officers’ liability insurance (“D&O insurance”) covering a primary layer with worldwide coverage, with a minimum limit of liability of EUR 10,000,000 for each and every claim and in the annual aggregate.
Internal identifier : 3300751

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66515410 Financial loss insurance services
Options :
Description of the options : The tenderer has the option to offer the following: - An insurance policy for FS and FS subsidiaries with worldwide coverage and with a limit of liability of either EUR 15,000,000 or EUR 20,000,000 (primary layer). - Renewal of the policy period for up to 2 additional periods of 12 months each, following expiry of the initial period (for a total maximum duration of 36 months). Tenderers are encouraged to state a date prior to the expiry of the policy period on which a new policy can be issued, should FS decide to exercise such option. - A renewal of the expiring cover for acts and omissions made by the directors and officers of Roskilde Bank and its subsidiaries from 1 September 2008, even though this former subsidiary was acquired on 10 August 2009. As stated above, 1 September 2008 is the date of first inception for the individual policy for Roskilde Bank. For this policy, there has been a one year run off cover which expired on 31 December 2010. It is voluntary for the tenderer whether to include an offer for one or more of these options. However, it is highly encouraged that the tenderer includes an offer for these options, and it will have a positive impact in the evaluation of the offer. It is underlined that if the tenderer decides to include an offer for one or more of the options, the tenderer will be bound by the offer, if FS decides to exercise the option.

5.1.2 Place of performance

Postal address : Sankt Annæ Plads 13, 2. tv
Town : København K
Postcode : 1250
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Start date : 01/03/2026
Duration end date : 28/02/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The tenderer has the option to offer a renewal of the policy for up to 2 additional periods of 12 months each, following expiry of the initial policy period (for a total maximum duration of 36 months). Tenderers are encouraged to state a date prior to the expiry of the policy period on which a new policy can be issued, should Finansiel Stabilitet ("FS") decide to exercise such option.

5.1.5 Value

Estimated value excluding VAT : 0 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Documentation: Prior to the award decision, the tenderer with whom FS intends to enter into the contract must provide FS with documentation for the information in the ESPD. Documentation regarding exclusion grounds: As documentation that neither the company nor any member of the management has been caught by the exclusion grounds in Section 135 of the Public Procurement Act within the last four years, an extract from the relevant register or similar document issued by a competent legal or administrative authority showing that neither the company nor any member of the management has been caught must be submitted. For Danish tenderers, the documentation can be in the form of a service certificate requested from the Danish Business Authority at the Authority's website https://virk.dk/myndigheder/stat/ERST/selvbetjening/Anmod_om_serviceattest/. The certificate must not be dated earlier than 12 months before the expiry of the offer submission deadline. The service certificate may function as documentation for both the company and the members of the management (both its Danish and non-Danish members). In connection with the request for the service certificate, the tenderer’s management members will be asked to submit a consent declaration to the Danish Business Authority regarding the collection of criminal records for the individual, as well as a solemn declaration that the individual has not been convicted or accepted a fine for a number of specified matters. If all management members do this, no separate documentation needs to be submitted. If a management member does not submit a consent declaration or a solemn declaration, the service certificate will be issued with a remark, and separate documentation must be submitted to show that the individual is not subject to any grounds for exclusion. As a general rule, a copy of the individual’s criminal record or an equivalent certificate issued by a competent national authority in the country where the individual is a citizen must be submitted. If the tenderer is not domiciled in Denmark, the tenderer must follow the procedure set out in Section 153 of the Danish Public Procurement Act. This means that the documentation may consist of extracts from the relevant register, a certificate, or an equivalent document issued by a competent judicial or administrative authority. For tenderers domiciled in an EU or EEA country, e-Certis includes an overview of the relevant documentation in the tenderer’s specific country. The EU/EEA-tenderer must provide the documentation listed in e-Certis, see more here: https://ec.europa.eu/tools/ecertis/#/search. If the country in which the tenderer is domiciled does not issue such certificates or documents, or if these do not cover all exclusion grounds mentioned in Section 135 of the Danish Public Procurement Act, they can be replaced by a declaration under oath. If declaration under oath is not a possibility in the country in question, a solemn declaration made before either a competent judicial or administrative authority, a notary, or a competent professional organisation can be given instead in accordance with Section 153 (2) of the Danish Public Pro-curement Act. It is noted that FS will accept documentation that is valid under the national law of the country in which it is issued, including with respect to the period of validity. If a period of validity is not determined by national law, FS will accept documentation that has been issued up to 12 months before the offer submission deadline. Documentation for selection criteria: As documentation that the tenderer has a credit rating of at least A- (Standard & Poor's) or equivalent, the tenderer shall provide either an extract from the relevant register or a link to the website where information about the tenderer's credit rating may be found. If the tenderer is a consortium, documentation regarding financial capacity must be submitted for each participant in the consortium. Documentation regarding consortiums: If the tenderer is a consortium of companies and the consortium is awarded the contract, a signed consortium declaration must be submitted, in which the companies in the consortium declare that they are jointly and severally liable to FS for the performance of the contract. FS has prepared a template which the tenderer is encouraged to use (Annex 6). Declaration of ownership: As documentation that the tenderer is not a Russian company or a Russian-controlled company, and does not use Russian or Russian-controlled support entities or subcontractors, the tenderer must submit a completed and signed version of the attached solemn declaration, cf. Appendix 5 of the tender documents.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : It is a requirement that the tenderer's credit rating is at least A- (Standard & Poor's) or equivalent. The tenderer must state in part IV.B of the ESPD whether the tenderer meets this requirement.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Premium
Description : The contract will be awarded to the most economically advantageous offer based on the criterion "best ratio between price and quality" on the basis of the following sub-criteria: - Premium - 40 % - Coverage - 60 % For the sub-criteria "Premium", the tenderer must state the premium quote offered for a D&O insurance with a limit of liability of EUR 10,000,000 for each and every claim and in annual aggregate.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Coverage
Description : The contract will be awarded to the most economically advantageous offer based on the criterion "best ratio between price and quality" on the basis of the following sub-criteria: - Premium - 40 % - Coverage - 60 % For the sub-criteria "Coverage", the tenderer must meet the minimum requirements regarding terms and conditions (Appendix 2) and it will have a positive impact on the evaluation of an offer if that offer exceeds the minimum requirements. The "Coverage" subcriteria is divided into the following sub-criteria: - Retroactive cover for Roskilde Bank (5%): The voluntary quote for retroactive cover for the management of Roskilde Bank is considered valuable. It will have a positive impact on the evaluation of an offer if that offer includes cover for acts and omissions by the insured directors and officers of Roskilde Bank during the period from 1 September 2008 to 10 August 2009. - Credit Strength Rating clause (5%): It will have a positive impact on the evaluation of an offer if that offer includes a clause providing a right for the policyholder to cancel the policy and obtain return of pro rata premium if the credit rating of the insurer drops below A- (Standard & Poor's) or equivalent. - Higher sub-limits (5%): It will have a positive influence on the evaluation of an offer if the quote contained in said offer contains sublimits that exceed the minimum requirements in Appendix 2. - Option for automatic renewal of the policy for 12 months (15%): It will have a positive impact on the evaluation if the offer includes an option for automatic renewal of the policy for 12 months after the expiry of the initial policy period. - Option for automatic renewal of additional 12 months (10%): It will have a positive impact on the evaluation if the offer includes an option for renewal of the policy for an additional 12 months after the expiry of the initial 12 months extension of the policy period. - Option for a primary layer coverage on EUR 15,000,000 (10%): It will have a positive impact on the evaluation if the offer includes a worldwide coverage with a limit of liability of EUR 15,000,000 for each and every claim and in the annual aggregate. - Option for a primary layer coverage on EUR 20,000,000 (10%): It will have a positive impact on the evaluation if the offer includes a worldwide coverage with a limit of liability of EUR 20,000,000 for each and every claim and in the annual aggregate.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 60

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 10/10/2025 21:55 +00:00

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 10/10/2025 21:59 +00:00
Deadline until which the tender must remain valid : 3 Month
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : FS reserves the right to request additional information pursuant to Section 159(5) of the Danish Public Procurement Act.
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 : no
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 : A complaint following FS' award decision must be submitted to the Danish Complaints Board for Public Procurement within 45 calendar days from the day following the date on which the contracting authority has published a contract award notice in the Official Journal of the European Union, cf. section 7(2)(1) of Consolidated Act No. 593 on the Complaints Board for Public Procurement of 2 June 2016 (the Complaints Board Act). At the latest simultaneously with submitting a complaint to the Complaints Board for Public Procurement, the complainant must notify the contracting authority in writing that a complaint has been submitted to the Complaints Board for Public Procurement and whether the complaint has been submitted during the standstill period, cf. section 6(4) of the Complaints Board Act. If the complaint is not submitted during the standstill period, the complainant must state whether suspensive effect is requested, cf. section 6(4) and section 12(1) of the Complaints Board Act.
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate : Finansiel Stabilitet
Organisation processing tenders : Finansiel Stabilitet

8. Organisations

8.1 ORG-0001

Official name : Finansiel Stabilitet
Registration number : 30515145
Postal address : Sankt Annæ Plads 13, 2. tv.
Town : København K
Postcode : 1250
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Laura Munk Petersen
Email : lmp@fs.dk
Telephone : +45 61300994
Internet address : https://fs.dk/
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : 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 : https://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 : 4a0827fb-4eeb-4251-9e6c-d71fac325b5f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/09/2025 09:11 +00:00
Notice dispatch date (eSender) : 10/09/2025 10:01 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00593994-2025
OJ S issue number : 174/2025
Publication date : 11/09/2025