Framework Agreement on the delivery of ESG data

Climate change is impacting society already today and will have further consequences in the future. It is the objective of the European System of Central Banks to ensure stable prices, safe payments and financial stability within the European Union. To address any material impact on these objectives, that could arise …

CPV: 48000000 Pacotes de software e sistemas de informação, 72300000 Serviços relacionados com dados, 72314000 Serviços de recolha e comparação de dados, 72319000 Serviços de fornecimento de dados, 72321000 Serviços de valor acrescentado relacionados com bases de dados
Local de execução:
Framework Agreement on the delivery of ESG data
Local de premiação:
Danmarks Nationalbank
Número do prémio:
219177

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Framework Agreement on the delivery of ESG data
Description : Climate change is impacting society already today and will have further consequences in the future. It is the objective of the European System of Central Banks to ensure stable prices, safe payments and financial stability within the European Union. To address any material impact on these objectives, that could arise from Environmental, Social and Governance factors, having quality data on ESG related variables is key. The scope of this EPCO Joint Procurement is the establishment of a multi-supplier framework agreement for the provision of Environmental, Social and Governance data to allow Danmarks Nationalbank, as well as the Eligible EPCO Members entitled to participate in it, to accomplish their daily business activities, regulatory and statutory tasks. The public procurement procedure will be carried out by Danmarks Nationalbank, as contracting entity and lead central bank, with the support of the Eurosystem Procurement Coordination Office (EPCO). The scope of this joint procurement includes the following scope of data (for further information see “Requirements” files part of the tender documentation): • Environmental data, including climate data, biodiversity data, water data, resources and circular economy, etc. • Social data, including diversity data, remuneration data, workers rights data, etc. • Governance data, including anti-competition data, company policies, board data, controversies data, etc. • Supranational data sets on EU Taxonomy, DNSH Principles data, SFDR PAIs data, UN SDG data, etc. • Generic data, including ESG Scores or ESG Derivatives data. • Provision of transparent methodology and sources. • Enablement of multiple parallel access point such as SFTPs, APIs, web platform, third party redistributors and Excel add-ins. • Appropriate usage rights for central banking activities and statutory tasks, as well as tasks for the Eligible EPCO Members. Furthermore, the central banks of the European Union manage large foreign exchange reserves and need a screening tool to easily screen its portfolios for compliance with ESG guidelines. The framework agreement will be non-exclusive, which means that the Eligible EPCO Members will have the option – but not the obligation – to order data from the future contractor(s).
Procedure identifier : 11272c31-c0ee-4dea-b20a-ccb971d38efb
Internal identifier : 219177
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : 1) Call for applications: Any economic operator interested in the present tender will have the opportunity to present its application by submitting an ESPD in accordance with the requirements stated in this contract notice. After the evaluation of the applications according to the criteria established in the contract notice, the four candidates having documented the most relevant deliveries will be invited to present a tender. 2) Invitation to tender: All tenderers having submitted an initial tender will be invited to a negotiation meeting in accordance with the description in appendix C of the tender documents. The tenderers will receive feedback on the tender during the meeting. 3) Negotiation phase: The contracting entity might request the submission of additional tenders during the negotiation phase. The contracting entity reserves the right to award the framework agreement on the basis of the first initial tender or any subsequent initial tenders. The contracting entity will not pay a participation fee to the tenderers. For further information on the process of the negotiations, reference is made to the tender specifications, Appendix C.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 72314000 Data collection and collation services
Additional classification ( cpv ): 72319000 Data supply services
Additional classification ( cpv ): 72321000 Added-value database services

2.1.2 Place of performance

Anywhere
Additional information : The requested data must be delivered to the places where the institutions eligible in this procurement perform their statutory tasks.

2.1.3 Value

Estimated value excluding VAT : 7 260 000 Euro
Maximum value of the framework agreement : 15 610 000 Euro

2.1.4 General information

Additional information : Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the procurement documents, the candidate must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply. An information meeting will be held Tuesday 24, 2025, 12:00-13:00 CET via MS Teams. Please note that all interested candidates may attend the information meeting. For practical reasons, operators interested in participating in the meeting are asked to sign up via the electronic tendering system not later than 3 days before the meeting with indication of name of business, names and e-mails of participants. The contracting entity will draw up brief minutes of the information meeting which will be published via the electronic tendering system. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Questions must be submitted not later than July 1st 2025. Questions asked after this date will be answered if they are received in time for the contracting entity to provide the information required and communicate the answers not later than six days before expiry of the application deadline. Questions received later than six days before expiry of the deadline cannot expect to be answered unless the deadline is also postponed. Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com , or telephone (+45) 70 20 80 14. As its application, the candidate must submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act (udbudsloven) It is not necessary for the candidate to sign the ESPD document. For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. Where the candidate is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The candidate heading the group and submitting the application is not required to sign its ESPD document. If the candidate relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which it relies. Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the applicant and tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156 of the Danish Public Procurement Act, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from applicants and tenderers established in the country holding the official list. The contracting entity will select the number of candidates by applying the selection criteria stated in this contract notice, unless the contracting entity receives no more than the stated number of compliant requests for participation. The estimated value of the framework agreement is 7.260.000 euro exclusive of VAT. The maximum value of the framework agreement is 15.610.000 exclusive of VAT. The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the individual framework agreements (lots). The estimated value thus reflects the contracting entity’s estimate of the expected purchase under the framework agreement, whereas the maximum value reflects the highest value of all contracts to be performed within the term of the framework agreement. This takes into account, partly, the contracting entity’s expectations based on the most likely purchase under the framework agreement, partly, the expected uncertainty of such estimate. In relation to the estimated value, particular attention is drawn to the fact that the tenderers are not guaranteed any minimum purchase under the framework agreement, and the estimate therefore implies no commitment on the part of the contracting entity to make a minimum purchase under the framework agreement. Decisive for the estimated value of the framework agreement will be both the number of ordering participating EPCO members from the Eligible EPCO Members list and volume of data procured. It is specifically pointed out to the tenderer that the tenderer is bound by the prices offered, irrespective of the turnover specifically achieved under the framework agreement. This means that the tenderer is also bound by the prices offered if the specific turnover deviates from the estimated value, both upwards and downwards. It should be noted that each candidate may only submit one application for prequalification. The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that applications or tenders do not comply with the formal requirements of the tender documents. Attention is drawn to Article 5k in Regulation (EU) No 833/2014, as amended, which applies to the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies etc. (reference is made to Article 5k, section 1, for the precise definition of the operators that are subject to the prohibition). The contracting entity reserves the right to require at any time during the tender process that the economic operators prove that they are not subject to the prohibition, for example by requiring a declaration to this effect and/or documentation regarding the place of establishment and ownership of the economic operators and any subcontractors. It should be noted that the indicated term of the agreement will commence on signature of the framework agreement. In addition to the indicated duration of contract, an expiry phase that is flexible in time will be required when the contract is at an end in order to ensure an undisturbed continuation of the delivery of ESG data in connection with a possible retender.
Legal basis :
Directive 2014/24/EU
Directive 2014/24/EU - The tender procedure is covered by the Danish Public Procurement Act (Act No. 1564 of 15 December 2015 as amended), which implements the Public Procurement Directive (Directive 2014/24/EU).

2.1.6 Grounds for exclusion

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

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework Agreement on the delivery of ESG data
Description : Climate change is impacting society already today and will have further consequences in the future. It is the objective of the European System of Central Banks to ensure stable prices, safe payments and financial stability within the European Union. To address any material impact on these objectives, that could arise from Environmental, Social and Governance factors, having quality data on ESG related variables is key. The scope of this EPCO Joint Procurement is the establishment of a multi-supplier framework agreement for the provision of Environmental, Social and Governance data to allow Danmarks Nationalbank, as well as the Eligible EPCO Members entitled to participate in it, to accomplish their daily business activities, regulatory and statutory tasks. The public procurement procedure will be carried out by Danmarks Nationalbank, as contracting entity and lead central bank, with the support of the Eurosystem Procurement Coordination Office (EPCO). The scope of this joint procurement includes the following scope of data (for further information see “Requirements” files part of the tender documentation): • Environmental data, including climate data, biodiversity data, water data, resources and circular economy, etc. • Social data, including diversity data, remuneration data, workers rights data, etc. • Governance data, including anti-competition data, company policies, board data, controversies data, etc. • Supranational data sets on EU Taxonomy, DNSH Principles data, SFDR PAIs data, UN SDG data, etc. • Generic data, including ESG Scores or ESG Derivatives data. • Provision of transparent methodology and sources. • Enablement of multiple parallel access point such as SFTPs, APIs, web platform, third party redistributors and Excel add-ins. • Appropriate usage rights for central banking activities and statutory tasks, as well as tasks for the Eligible EPCO Members. Furthermore, the central banks of the European Union manage large foreign exchange reserves and need a screening tool to easily screen its portfolios for compliance with ESG guidelines. The framework agreement will be non-exclusive, which means that the Eligible EPCO Members will have the option – but not the obligation – to order data from the future contractor(s).
Internal identifier : 219177

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 72314000 Data collection and collation services
Additional classification ( cpv ): 72319000 Data supply services
Additional classification ( cpv ): 72321000 Added-value database services

5.1.2 Place of performance

Anywhere
Additional information : The requested data must be delivered to the places where the institutions eligible in this procurement perform their statutory tasks.

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 7 260 000 Euro
Maximum value of the framework agreement : 15 610 000 Euro

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the procurement documents, the candidate must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply. An information meeting will be held Tuesday 24, 2025, 12:00-13:00 CET via MS Teams. Please note that all interested candidates may attend the information meeting. For practical reasons, operators interested in participating in the meeting are asked to sign up via the electronic tendering system not later than 3 days before the meeting with indication of name of business, names and e-mails of participants. The contracting entity will draw up brief minutes of the information meeting which will be published via the electronic tendering system. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Questions must be submitted not later than July 1st 2025. Questions asked after this date will be answered if they are received in time for the contracting entity to provide the information required and communicate the answers not later than six days before expiry of the application deadline. Questions received later than six days before expiry of the deadline cannot expect to be answered unless the deadline is also postponed. Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com , or telephone (+45) 70 20 80 14. As its application, the candidate must submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act (udbudsloven) It is not necessary for the candidate to sign the ESPD document. For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. Where the candidate is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The candidate heading the group and submitting the application is not required to sign its ESPD document. If the candidate relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which it relies. Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the applicant and tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156 of the Danish Public Procurement Act, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from applicants and tenderers established in the country holding the official list. The contracting entity will select the number of candidates by applying the selection criteria stated in this contract notice, unless the contracting entity receives no more than the stated number of compliant requests for participation. The estimated value of the framework agreement is 7.260.000 euro exclusive of VAT. The maximum value of the framework agreement is 15.610.000 exclusive of VAT. The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the individual framework agreements (lots). The estimated value thus reflects the contracting entity’s estimate of the expected purchase under the framework agreement, whereas the maximum value reflects the highest value of all contracts to be performed within the term of the framework agreement. This takes into account, partly, the contracting entity’s expectations based on the most likely purchase under the framework agreement, partly, the expected uncertainty of such estimate. In relation to the estimated value, particular attention is drawn to the fact that the tenderers are not guaranteed any minimum purchase under the framework agreement, and the estimate therefore implies no commitment on the part of the contracting entity to make a minimum purchase under the framework agreement. Decisive for the estimated value of the framework agreement will be both the number of ordering participating EPCO members from the Eligible EPCO Members list and volume of data procured. It is specifically pointed out to the tenderer that the tenderer is bound by the prices offered, irrespective of the turnover specifically achieved under the framework agreement. This means that the tenderer is also bound by the prices offered if the specific turnover deviates from the estimated value, both upwards and downwards. It should be noted that each candidate may only submit one application for prequalification. The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that applications or tenders do not comply with the formal requirements of the tender documents. Attention is drawn to Article 5k in Regulation (EU) No 833/2014, as amended, which applies to the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies etc. (reference is made to Article 5k, section 1, for the precise definition of the operators that are subject to the prohibition). The contracting entity reserves the right to require at any time during the tender process that the economic operators prove that they are not subject to the prohibition, for example by requiring a declaration to this effect and/or documentation regarding the place of establishment and ownership of the economic operators and any subcontractors. It should be noted that the indicated term of the agreement will commence on signature of the framework agreement. In addition to the indicated duration of contract, an expiry phase that is flexible in time will be required when the contract is at an end in order to ensure an undisturbed continuation of the delivery of ESG data in connection with a possible retender.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Other
Name : Ikke anvendt
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : References.
Description : The candidate must submit the European Single Procurement Document (ESPD) with the following information: A list of the 5 most significant comparable services that the candidate has carried out in the latest 3 years before the expiry of the deadline for application. Only references relating to services carried out at the time of the deadline for application will be assessed in the evaluation of whether the minimum requirements regarding technical and professional capacity have been complied with, see below. Hence, in the case of an ongoing service provision reference, only the part of the services already performed at the time of the deadline for application will be included in the evaluation of the reference. Each reference is requested to include a brief description of the deliveries made. The description of the delivery should include a clear description of the services to which the delivery relates and the candidate’s role(s) in the performance of the delivery. The reference is furthermore requested to include the financial value of the delivery (amount), the period of delivery and the name of the customer (recipient). When indicating the period of the delivery, the candidate is requested to indicate the date of commencement and finalisation of the delivery. If this is not possible, for example if the tasks were performed on a continuous basis under a framework agreement, the candidate is asked to indicate how the date is specified. No more than 5 references may be stated, irrespective of whether the candidate is a single operator, whether the candidate relies on the technical capacity of other entities or is a group of operators (e.g. a consortium). Where more than 5 references are stated, only the most recent 5 references will be taken into account. Any additional references will be disregarded. If it is not possible to decide which references are the most recent 5 references, the references will be selected by drawing lots. In this procedure, the candidate may rely on the technical capacity of other operators to fulfil the suitability requirements. The operator(s) making its/their technical capacity available to the candidate must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications (Appendix F). If the candidate relies on the professional experience of other entities for the performance of specific parts of the services comprised by the contract, such specific parts of the services under the contract must be performed by the entity on which the candidate relies. The ESPD serves as provisional documentation justifying that the candidate fulfils the minimum suitability requirements in respect of technical and professional capacity. Before the award decision is made, the candidate to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate. No additional documentation of technical and professional capacity will be required from the candidate. However, the contracting entity reserves the right to contact the candidate, or the customer stated in the reference for verification of the information stated in the reference, including the dates of the reference indicated. Minimum requirement: as a minimum requirement for participation, the candidate must provide documentation of at least one (1) reference for the delivery of ESG data to key entities in the financial sector, including central banks and/or institutional investors.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : References.
Description : Criteria for selection among the suitable candidates. The shortlisting of candidates invited to tender (a maximum of four) will be based on an evaluation of which candidates have documented the most relevant deliveries, in relation to the main services put up for tender. The relevance assessment will be made on the basis of the extent to which the references, combined, document experience in the provision of services that are comparable to the main services put up for tender. In the evaluation of which candidates have documented the most relevant supplies, the contracting entity will award points to the candidates on a scale from 1-5 for each main service, based on the extent to which the references, combined, document relevant experience in providing the main services. On this basis, the candidate will be awarded a total score calculated as the average number of points awarded for the main services. In the selection, the contracting entity will place particular emphasis on the following: • 1) Experience with the delivery of ESG data (50%) • 2) Experience with the delivery of an ESG screening tool (30%) • 3) Experience with the delivery of ESG data to key entities in the financial sector, including central banks and/or institutional investors in different countries (20%)
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 4
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Please refer to the Tender specification, Appendix A.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Usability
Description : Please refer to the Tender specification, Appendix A.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Methodology and documentation for obtained ESG data
Description : Please refer to the Tender specification, Appendix A.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Scope of ESG data
Description : Please refer to the Tender specification, Appendix A.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Screening tool
Description : Please refer to the Tender specification, Appendix A.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
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

Languages in which the procurement documents are officially available : English

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 requests to participate : 11/07/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises.
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Additional buyer coverage : The joint procurement intends to establish a two-supplier framework agreement for the delivery of ESG data under the lead of Danmarks Nationalbank. Danmarks Nationalbank will implement this EPCO joint procurement on its own behalf and for its own benefit, as well as for the benefit of the following institutions: • The Eligible EPCO Members: members of EPCO which will be entitled to join the future framework agreement and benefit from its terms and conditions at all points during the contract validity, as detailed in Appendix I. • The Potentially Participating EPCO Members (PEM(s)): From the list of institutions under Appendix I, some institutions that have already expressed a potential interest in the services are indicated in Appendix J. The expression of interest by any Eligible EPCO Member to join the future framework agreement does not involve an obligation for any of those institutions to order the services within it. Only the effective ordering of services, by the conclusion of an order form between a participating Institution and the future contractor(s) will be binding on the individual Eligible EPCO Members.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The Danish Complaints Board for Public Procurement -
Information about review deadlines : Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk) , the following deadlines apply to the lodging of complaints: Complaints of not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition, or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act. 4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the complaint was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act. The e-mail address of the Complaints Board for Public Procurement is klfu@naevneneshus.dk . The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start din-klage/klagenaevnet-for-udbud/vejledning/.
Organisation receiving requests to participate : Danmarks Nationalbank -
Organisation processing tenders : Danmarks Nationalbank -

8. Organisations

8.1 ORG-0001

Official name : Danmarks Nationalbank
Registration number : 61092919
Department : Danmarks Nationalbank
Postal address : Langelinie Allé 47
Town : Copenhagen
Postcode : 2100
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : DN - Christine Victoria Bitsch
Telephone : +45 33636487
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The Danish Complaints Board for Public Procurement
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +45 72405600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : 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 : 063d5010-be3f-4d7f-8054-e5054dba36ad - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/06/2025 14:45 +00:00
Notice dispatch date (eSender) : 10/06/2025 15:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00378073-2025
OJ S issue number : 111/2025
Publication date : 12/06/2025