Framework agreement regarding acquisition and sustainment of off-road utility vehicles (OV)

There will be a: Framework agreement for the acquisition of the OV 7+2+2 years and framework agreement for the sustainment of the OV 7+7+7+7 years. In addition to the framework agreement for the acquisition of the OVs there is a framework agreement that will cover sustainment, services, training, spare parts, …

CPV: 34000000 Sprzęt transportowy i produkty pomocnicze dla transportu, 34100000 Pojazdy silnikowe, 34110000 Samochody osobowe, 34115200 Pojazdy silnikowe do transportu mniej niż 10 osób, 34130000 Pojazdy silnikowe do transportu towarów, 34132000 Sanie motorowe, 34133000 Pojazdy ciężarowe z przyczepą, 34300000 Części i akcesoria do pojazdów i silników do nich, 34310000 Silniki do pojazdów i części silników, 34320000 Mechaniczne części zapasowe, z wyłączeniem silników i części silników, 34350000 Opony do pracy w lekkich i ciężkich warunkach, 50110000 Usługi w zakresie napraw i konserwacji pojazdów silnikowych i podobnego sprzętu oraz podobne usługi, 50116000 Usługi w zakresie napraw i konserwacji poszczególnych części pojazdów, 50117000 Usługi w zakresie zmiany przeznaczenia użytkowego i przywracania do stanu użytkowego pojazdów
Miejsce wykonania:
Framework agreement regarding acquisition and sustainment of off-road utility vehicles (OV)
Miejsce udzielenia zamówienia:
Danish Ministry of Defence Acquisition and Logistics Organisation
Numer nagrody:
Framework agreements aquisition and sustainment of off-road utility Vehicles (OV) 2023/012280

1. Buyer

1.1 Buyer

Official name : Danish Ministry of Defence Acquisition and Logistics Organisation
The buyer is a contracting entity

2. Procedure

2.1 Procedure

Title : Framework agreement regarding acquisition and sustainment of off-road utility vehicles (OV)
Description : There will be a: Framework agreement for the acquisition of the OV 7+2+2 years and framework agreement for the sustainment of the OV 7+7+7+7 years. In addition to the framework agreement for the acquisition of the OVs there is a framework agreement that will cover sustainment, services, training, spare parts, special tools, test equipment and documentation for the OVs procured. It is expected that training and special tools will be purchased right after commencement of the framework agreements. The OVs will be used in a wide spectrum of operational environment from training and utility vehicle in Denmark to garrison vehicle in international missions and national defence. This demands that the OVs are flexible, highly mobile and agile in the terrain but there is no need for it to be armoured. Variants: The supplier shall offer the OV in the following variants based on the same platform (text in brackets are functional descriptions): ‘Baseline’ (utility, garrison, education, 4 persons) ‘Home guard variant’ (Intelligence, suirvalience, recognizance), The vehicle shall be equipped with ring mount and soft mount (for a light machine gun) for conducting protective security and escort support, 3 persons) ‘Mechanic variant’ (Light repairs, line logistic equipment transport, 2 persons) 'Military Police MP variant' (military police tasks such as traffic control, convoy support and escort duties, 4 persons) 'Air Force/air base on site commander variant' (quick response management incidents on the air base such as emergency landings, fire fighting or evacuation activities, 4 persons). On road: The OVs shall be possible to register in accordance with applicable Danish road traffic laws with the exception of the single fuel requirement mentioned below. The vehicle shall only require Danish driving license category B according to Danish road legislation. Engine: The main engine shall as minimum fulfil EURO III emissions norm to ensure that the vehicle comply with NATO single fuel concept. Goverment furnished equipment: Prior to delivery of OVs, the supplier shall install a variety of equipment that is furnished by DALO. This equipment could, for instance, include battle management systems, radio equipment, fire extinguisher etc. The type of equipment will depend on the variant in question. Vehicle weight: The Vehicle shall have a payload of a minimum of 800 kg. Contract structure: The procurement will be based on two framework agreements. Thus, DALO will award: 1) An Acquisition Agreement containing the initial delivery of the OVs and options. 2) An Sustainment Agreement containing all In-Service Support services (including documentation, configuration managmenet, special tools and test equipment, training, spare parts and optional deliveries) in order to support the vehicle fleet throughout the service period for up to 28 years. The Acquisition Agreement and Sustainment Agreement are to be seen as a whole and will be awarded to the same tenderer. System house responsibility: The supplier shall have a full system responsibility. The exact terms and conditions for the supplier's system responsibility is described in detail in the Sustainment Contract, which will be available to the prequalified candidates. The expected initial delivery consists of 100 Home Guard ISR variant with Ring Mount. In addition a Military police (MP) variant, an Air Force/air base on site commander variant, a Mechanic variant and base line variant in all 450 vehicles to be delivered from 2025 to 2031. However before commencement DALO has the right to change the initial delivery amount, depending on the offered prices and available DALO budget. Test of the OV's as part of the tender: The tenderer must provide as minimum of one OV preferable two OV's so DALO can test the vehicles. DALO's preference of preferable two OV's is to secure progress in the test, due to the fact that it is the tenderers solely responsibility that the vehicle for test at all time is able to perform the required test course. OV shall be as similar to the planned delivered vehicle as possible. As a minimum engine performance, driveline, suspension, seats and tires shall be identical to the planned delivered vehicle. OV shall be accompanied with representative selection of tools and test equipment to demonstrate regular maintenance and diagnostic activities. If a regular test is required for maintenance this shall be presented. OV shall be equipped: with standard roof rack Terrain chains: The OV shall (during selected tests) be mounted with terrain chains for terrain testing on all four wheels. Trailer coupling: OV shall be delivered with a combined pintle hook and NATO towing eye (pintle hook and 50 mm ISO standard trailer tow ball or equivalent). The height above ground shall be 610 to 640 mm. The OV shall be equipped with electrical connector/aqdapter for trailer conforming to STANAG 4007 or equivalent. 24V and 12 pin NATO socket. DALO expects that the test will take place in the weeks 21, 22, 23 and 24 2024 in Denmark. Specimen for validation and borrowing agreement will be applied, issued by DALO, duly signed by DALO and the tenderers who submit INDO.
Procedure identifier : 127d5991-093c-4594-958b-de78d48fceb1
Previous notice : 0dc33b4e-c334-4473-9d6d-5cf1d620da9f-01
Internal identifier : Framework agreements aquisition and sustainment of off-road utility Vehicles (OV) 2023/012280
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : This tender is conducted according to the negotiated procedure, cf. directive 2009/81/EC, Ministirial Order No. 1077 of 29. june 2022. The Ministrial Order, which also contains supplementary provisions, implements the Defence and Secuity Directive (Directive 2009/09/81/EC) in Danish Law.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34110000 Passenger cars
Additional classification ( cpv ): 34115200 Motor vehicles for the transport of fewer than 10 persons
Additional classification ( cpv ): 34130000 Motor vehicles for the transport of goods
Additional classification ( cpv ): 34132000 Motor sledges
Additional classification ( cpv ): 34133000 Articulated trucks
Additional classification ( cpv ): 34300000 Parts and accessories for vehicles and their engines
Additional classification ( cpv ): 34310000 Engines and engine parts
Additional classification ( cpv ): 34320000 Mechanical spare parts except engines and engine parts
Additional classification ( cpv ): 34350000 Tyres for heavy/light-duty vehicles
Additional classification ( cpv ): 50110000 Repair and maintenance services of motor vehicles and associated equipment
Additional classification ( cpv ): 50116000 Maintenance and repair services related to specific parts of vehicles
Additional classification ( cpv ): 50117000 Vehicle conversion and reconditioning services

2.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : Greater Copenhagen, ex Bornholm.

2.1.3 Value

Estimated value excluding VAT : 900 000 000 Danish krone

2.1.4 General information

Additional information : The value set out in value of all awarded contracts is the evaluation-technical price of the successful offer and thus does not reflect the final value of the contract, nor is DALO obliged to make purchases corresponding to that value.
Legal basis :
Directive 2009/81/EC

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement regarding acquisition and sustainment of off-road utility vehicles (OV)
Description : There will be a: Framework agreement for the acquisition of the OV 7+2+2 years and framework agreement for the sustainment of the OV 7+7+7+7 years. In addition to the framework agreement for the acquisition of the OVs there is a framework agreement that will cover sustainment, services, training, spare parts, special tools, test equipment and documentation for the OVs procured. It is expected that training and special tools will be purchased right after commencement of the framework agreements. The OVs will be used in a wide spectrum of operational environment from training and utility vehicle in Denmark to garrison vehicle in international missions and national defence. This demands that the OVs are flexible, highly mobile and agile in the terrain but there is no need for it to be armoured. Variants: The supplier shall offer the OV in the following variants based on the same platform (text in brackets are functional descriptions): ‘Baseline’ (utility, garrison, education, 4 persons) ‘Home guard variant’ (Intelligence, suirvalience, recognizance), The vehicle shall be equipped with ring mount and soft mount (for a light machine gun) for conducting protective security and escort support, 3 persons) ‘Mechanic variant’ (Light repairs, line logistic equipment transport, 2 persons) 'Military Police MP variant' (military police tasks such as traffic control, convoy support and escort duties, 4 persons) 'Air Force/air base on site commander variant' (quick response management incidents on the air base such as emergency landings, fire fighting or evacuation activities, 4 persons). On road: The OVs shall be possible to register in accordance with applicable Danish road traffic laws with the exception of the single fuel requirement mentioned below. The vehicle shall only require Danish driving license category B according to Danish road legislation. Engine: The main engine shall as minimum fulfil EURO III emissions norm to ensure that the vehicle comply with NATO single fuel concept. Goverment furnished equipment: Prior to delivery of OVs, the supplier shall install a variety of equipment that is furnished by DALO. This equipment could, for instance, include battle management systems, radio equipment, fire extinguisher etc. The type of equipment will depend on the variant in question. Vehicle weight: The Vehicle shall have a payload of a minimum of 800 kg. Contract structure: The procurement will be based on two framework agreements. Thus, DALO will award: 1) An Acquisition Agreement containing the initial delivery of the OVs and options. 2) An Sustainment Agreement containing all In-Service Support services (including documentation, configuration managmenet, special tools and test equipment, training, spare parts and optional deliveries) in order to support the vehicle fleet throughout the service period for up to 28 years. The Acquisition Agreement and Sustainment Agreement are to be seen as a whole and will be awarded to the same tenderer. System house responsibility: The supplier shall have a full system responsibility. The exact terms and conditions for the supplier's system responsibility is described in detail in the Sustainment Contract, which will be available to the prequalified candidates. The expected initial delivery consists of 100 Home Guard ISR variant with Ring Mount. In addition a Military police (MP) variant, an Air Force/air base on site commander variant, a Mechanic variant and base line variant in all 450 vehicles to be delivered from 2025 to 2031. However before commencement DALO has the right to change the initial delivery amount, depending on the offered prices and available DALO budget. Test of the OV's as part of the tender: The tenderer must provide as minimum of one OV preferable two OV's so DALO can test the vehicles. DALO's preference of preferable two OV's is to secure progress in the test, due to the fact that it is the tenderers solely responsibility that the vehicle for test at all time is able to perform the required test course. OV shall be as similar to the planned delivered vehicle as possible. As a minimum engine performance, driveline, suspension, seats and tires shall be identical to the planned delivered vehicle. OV shall be accompanied with representative selection of tools and test equipment to demonstrate regular maintenance and diagnostic activities. If a regular test is required for maintenance this shall be presented. OV shall be equipped: with standard roof rack Terrain chains: The OV shall (during selected tests) be mounted with terrain chains for terrain testing on all four wheels. Trailer coupling: OV shall be delivered with a combined pintle hook and NATO towing eye (pintle hook and 50 mm ISO standard trailer tow ball or equivalent). The height above ground shall be 610 to 640 mm. The OV shall be equipped with electrical connector/aqdapter for trailer conforming to STANAG 4007 or equivalent. 24V and 12 pin NATO socket. DALO expects that the test will take place in the weeks 21, 22, 23 and 24 2024 in Denmark. Specimen for validation and borrowing agreement will be applied, issued by DALO, duly signed by DALO and the tenderers who submit INDO.
Internal identifier : Framework agreements aquisition and sustainment of off-road utility Vehicles (OV) 2023/012280

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34100000 Motor vehicles
Additional classification ( cpv ): 34110000 Passenger cars
Additional classification ( cpv ): 34115200 Motor vehicles for the transport of fewer than 10 persons
Additional classification ( cpv ): 34130000 Motor vehicles for the transport of goods
Additional classification ( cpv ): 34132000 Motor sledges
Additional classification ( cpv ): 34133000 Articulated trucks
Additional classification ( cpv ): 34300000 Parts and accessories for vehicles and their engines
Additional classification ( cpv ): 34310000 Engines and engine parts
Additional classification ( cpv ): 34320000 Mechanical spare parts except engines and engine parts
Additional classification ( cpv ): 34350000 Tyres for heavy/light-duty vehicles
Additional classification ( cpv ): 50110000 Repair and maintenance services of motor vehicles and associated equipment
Additional classification ( cpv ): 50116000 Maintenance and repair services related to specific parts of vehicles
Additional classification ( cpv ): 50117000 Vehicle conversion and reconditioning services
Options :
Description of the options : Standard RAL-colours, roof rack, holder for Jeerycan etc. The single options will be stated in the single purchase order for the OV variant in question.

5.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : Greater Copenhagen, ex Bornholm.

5.1.3 Estimated duration

Duration : 28 Year

5.1.4 Renewal

Maximum renewals : 5
Other information about renewals : The framework agreement for aquistion of OV has a duration of 7 years and can be renewed 2 times with 2 years each. The framework agreement for sustainment of OV has a duration of 7 years and can be renewed 3 times with 7 years each. Framework agreement for the acquisition of the off-road uility vehicle (OV): That the replacement of the entire existing vehicle pool is expected to take up to 8 years incl. configuration and special construction of the individual vehicle variants, and it will neither be cost-effective, logistically, operationally nor safetywise acceptable to have vehicles delivered from several different suppliers during this period. - That the vihicles are special military all-terrain vehicles that must be used in "harsh" situations, which imposes stricter requirements on the vehicle's construction and technical characteristics, etc. The vehicles cannot therefore be substituted with vehicles from a new supplier without operational and safety risks, as a new supplier will not be able to deliver vehicles with exactly the same structure. Framework agreement for the sustainment of the OV: That the expected lifetime of the vehicles is at least 28 years with proper maintenance which requires the purchase of spare parts, including category 1 (OEM) spare parts. Category 1 Spare Parts covers weapon, road and personal/material safety spare parts for the OV, which due to intellectual property rights must be procured at the System Supplier. Furthermore the system house agreement shall cover configuration managament and documentations responsibilty of the supplier. That the primary purpose of the agreement is to maintain system house responsibility for the lifetime of the vehicles. DALO concludes that it will not be possible to maintain system house responsibility if another supplier is used. That these framework agreement covers specially built vehicles. A change of supplier during the lifetime of the vehicles will therefore implies a risk that a new supplier does not have the necessary knowledge of the specially built vehicles and therfore not able to carry out the particularly complex repairs required according to the agreement. That a change of supplier during the lifetime of the vehicles could lead to a risk that DALO cannot be supplied with spare parts to the extent that is needed, which could have an impact on the safety of the vehicles. Estimated total value of purchases for the entire duration of the framework agreement. That a change of supplier during the lifetime of the vehicles could lead to a risk that DALO cannot be supplied with category 1 (OEM) spare parts to the extent that is needed, which could have an impact on the safety of the vehicles.

5.1.5 Value

Estimated value excluding VAT : 900 000 000 Danish krone

5.1.6 General information

Procurement Project not financed with EU Funds.
Information about previous notices :
Identifier of the previous notice : 084760-2023
Additional information : The value set out in value of all awarded contracts is the evaluation-technical price of the successful offer and thus does not reflect the final value of the contract, nor is DALO obliged to make purchases corresponding to that value.

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The most economically advantageous tender in terms of the criteria stated in the specifications, invitation to tender or negotiate or in the descriptive document.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Quality
Description : This sub-criterion measures the degree of compliance with the evaluation requirements according to the instructions for tenders and attached requirements
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Usertest
Description : The evaluation of this criteria will be based on a general assessment after DALO have performed a series of tests on the offered vehicle with and without trailer
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Additional buyer coverage : The agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence, is entitled to use the agreement for procurement on the terms and conditions of the agreement. In addition, a range of municipal fire and rescue services are entitled to use the framework agreements, see also the tender documents. These entities entitled to use the agreement are: Østjyllands Brandvæsen Bautavej 9 DK-8210 Aarhus V VAT no.: 37164712 Lolland-Falster Brandvæsen Skibevej 2 DK-4930 Maribo VAT no: 35420908 Helsingør kommunes beredskab Klostermosevej 106 DK-3000 Helsingør VAT no.: 64502018 Lejre Brandvæsen Lejrevej 15 DK-4320 Lejre VAT no.: 29188548 Nordjyllands Beredskab Thomas boss gade 6 DK-9000 Aalborg VAT no.: 37084166 Sydøstjyllands Brandvæsen Endelavevej 5 DK-8700 Horsens VAT no.: 35439862
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 Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for filing a complaint apply: Complaints regarding a candidate not being prequalified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting entity has sent notification to the candidates involved, see section 7(1) of the Act on The Complaints Board for Public Procurement, provided that the notification includes an account of the reasons for the decision. In accordance with section 7(2) of the Act on The Complaints Board for Public Procurement, other complaints must be filed with The Complaints Board for Public Procurement within: 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 an agreement. The deadline is calculated from the day after the day when the notice was published. 2) Thirty calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that an agreement 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) Six 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). The complainant must inform the contracting entity of the complaint in writing not later than simultaneously with the lodging of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, see section 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the appeal be granted suspensory effect, see section 12(1). The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Klagenævnet for Udbud
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Konkurrence- og Forbrugerstyrelsen
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Konkurrence- og Forbrugerstyrelsen
Organisation providing additional information about the procurement procedure : Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation providing offline access to the procurement documents : Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation whose budget is used to pay for the contract : Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation executing the payment : Danish Ministry of Defence Acquisition and Logistics Organisation
Organisation signing the contract : Danish Ministry of Defence Acquisition and Logistics Organisation

6. Results

Value of all contracts awarded in this notice : 867 593 518 Danish krone
Maximum value of the framework agreements in this notice : 2 000 000 000 Danish krone
Approximate value of the framework agreements : 900 000 000 Danish krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 2 000 000 000 Danish krone
Re-estimated value of the framework agreement : 900 000 000 Danish krone

6.1.2 Information about winners

Winner :
Official name : Ejner Hessel A/S
Tender :
Tender identifier : Ejner Hessel A/S
Identifier of lot or group of lots : LOT-0000
Value of the tender : 867 593 518 Danish krone
The tender was ranked : yes
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : 4600007700 4600007701
Title : Framework Agreement regarding acqusition of Off-road utility Vehicles (OV)
Date on which the winner was chosen : 11/11/2024 11/11/2024
Date of the conclusion of the contract : 14/07/2025 14/07/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 106002-2024
Organisation signing the contract : Danish Ministry of Defence Acquisition and Logistics Organisation Danish Ministry of Defence Acquisition and Logistics Organisation

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders from medium tenderers
Number of tenders or requests to participate received : 1
Range of tenders :
Value of the lowest admissible tender : 867 593 518 Danish krone
Value of the highest admissible tender : 867 593 518 Danish krone

8. Organisations

8.1 ORG-0001

Official name : Danish Ministry of Defence Acquisition and Logistics Organisation
Registration number : ORG-16-28-71-80
Postal address : Lautrupbjerg 1-5
Town : Ballerup
Postcode : 2750
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : Torben Bjerre
Telephone : 72814196
Internet address : https://www.fmi.dk
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation signing the contract
Organisation whose budget is used to pay for the contract
Organisation executing the payment

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : ORG-37795526
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Contact point : Klagenævnet for Udbud
Telephone : +45 72405600
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : ORG-10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Konkurrence- og Forbrugerstyrelsen
Telephone : +45 41715000
Internet address : https://www.kfst.dk
Information exchange endpoint (URL) : https://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

8.1 ORG-0004

Official name : Ejner Hessel A/S
Size of the economic operator : Medium
Postal address : Jyllandsvej 4
Town : Brande
Postcode : 7730
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Kristian Winther Rasmussen
Telephone : +45 25502214
Internet address : https://www.hessel.dk/
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0005

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 : 45754702-695c-499b-87ef-7e4a49e5c540 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 25/07/2025 08:36 +00:00
Notice dispatch date (eSender) : 25/07/2025 08:47 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00491010-2025
OJ S issue number : 142/2025
Publication date : 28/07/2025