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: 72254100 Systems testing services, 72220000 Systems and technical consultancy services, 72222300 Information technology services
spriocdháta:
Meith. 13, 2025, 8 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Public Procurement of Security Consultancy Services
clárlann:
Danske Spil A/S
uimhir dámhachtana:
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
Internal identifier : Security Consultancy Services
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

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

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

2.1.6 Grounds for exclusion

Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? 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). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? 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).
Breaching of obligations in the fields of environmental law : Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? 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).
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? 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).
Child labour and other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? 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).
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Breaching of obligations in the fields of labour law : Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Breaching of obligations in the fields of social law : Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? 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). 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.

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

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 : 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.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Financial ratio - Equity at the most recent available annual report/financial statement
Description : The tenderer shall submit the ESPD indicating the following information: As a minimum requirement, a positive equity is required in the most recent available annual report/financial statement. The tenderer may, in connection with this procurement procedure, rely on the economic and/or financial capacity of other entities in order to fulfil the suitability requirements. The entity or entities making their economic and/or financial capacity available to the tenderer must provide a declaration of support, as further specified in the tender specifications. A template for such declaration is attached as an appendix to the tender specifications. Where the tenderer relies on the economic and financial capacity of other entities to fulfil the suitability requirements, as set out below, the contracting authority requires that the tenderer and the relevant entities assume joint and several liability for the performance of the contract. The ESPD (European Single Procurement Document) serves as preliminary evidence that the tenderer meets the minimum requirements concerning economic and financial capacity. Prior to the contract award decision, the tenderer to whom the contracting authority intends to award the contract shall provide documentation verifying the accuracy of the information submitted in the ESPD. If the tenderer relies on the capacities of other entities, the equity capital shall be calculated as the combined equity of the company and such other entities in the most recent available annual report / financial statement. In the case of a group of companies (e.g., a consortium), the equity capital shall be calculated as the total equity of the companies in the most recent available annual report / financial statement. The information shall be provided in section IV.B of the ESPD.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Accreditation
Description : The tenderer shall submit the European Single Procurement Document (hereinafter referred to as the ESPD) indicating the following information: The tenderer must hold valid accreditation or approval in compliance with the requirements for testing organisations, as set out in the most recent version of the Danish Gambling Authority’s Certification Programme for betting and online casino. As a minimum requirement, testing organisations shall attain minimum one of the following accreditations/approvals: - CREST Accredited Penetration Testing - ISO/IEC 17025-accreditation with reference to the Danish Gambling Authority’s certification programme for betting and online casino SCP.04.00.DK, or - ISO/IEC 17065-accreditation with reference to the Danish Gambling Authority’s certification programme for betting and online casino SCP.04.00.DK, or - Approved Scanning Vendor (ASV) approval. Accreditation shall be documented through presentation of certification issued by credible and independent bodies confirming that the tenderer meets the minimum requirements concerning accreditation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : References
Description : The tenderer shall submit the ESPD indicating the following information: The Tenderer shall provide evidence of at least two references from the past two (2) years, counted from the expiry of the tender submission deadline, and relating to the performance of penetration testing services, which are comparable in scope and substance to the penetration testing described in the latest versions of the Danish Gambling Authority’s documents, SCP.04 and SCP.05. Only references pertaining to services completed at the time of submission of the tender will be taken into consideration in assessing whether the minimum requirements regarding technical and professional capacity are fulfilled, cf. below. If the reference concerns an ongoing assignment, only the part of the services already completed by the time of tender submission will be included in the assesment. Each reference should contain a brief description of the delivered service. The description should clearly outline the specific content and methodology applied in the performance of the service, as well as the role(s) of the tenderer in its delivery. Furthermore, the reference should include the financial value (amount) of the delivery, the date(s) of performance, and the name of the client (recipient). When indicating the date(s) of the service, the tenderer must state the start and end dates of the performance. If this is not possible – for example, if the services were rendered on an ongoing basis under a framework agreement – the tenderer must describe how the dates have been specified in the description of the delivery. A maximum of three (3) references may be submitted, regardless of whether the tenderer is a single entity, relies on the technical capacity of other entities, or is a consortium or other grouping of operators. Any additional references beyond this number shall be disregarded. The tenderer may, in this procurement procedure, rely on the technical and/or professional capacity of other entities in order to fulfil the suitability requirements. The entity or entities making their technical and/or professional capacity available to the tenderer must sign a declaration of support, as further specified in the tender specifications. A template for such declaration is included as an appendix to the tender specifications. The ESPD shall serve as preliminary evidence that the tenderer meets the minimum requirements concerning technical and professional capacity. Before the award decision is made, the tenderer to whom the contracting authority intends to award the framework agreement must provide documentation proving that the information in the ESPD is correct. The tenderer will not be required to submit further documentation regarding technical and professional capacity as it relates to the provided references. However, the contracting authority reserves the right to contact the tenderer or the customer specified in the reference to verify the information provided, including the dates stated.
Use of this criterion : Used

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
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

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 tenders : 13/06/2025 08:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 13/06/2025 08:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
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 -

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 : 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 : 6e10958b-e8a8-4450-8427-aab27d11b0c2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/05/2025 16:03 +00:00
Notice dispatch date (eSender) : 12/05/2025 16:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00311093-2025
OJ S issue number : 92/2025
Publication date : 14/05/2025