Framework agreement regarding Breathable Drysuits

The framework agreement is concering the acquisition of 3 (three) types of Breathable Drysuits: - A Combat Swimmer Drysuit. - A Boarding Drysuit. - A Boat Operator Drysuit. The framework agreement will also concern Accessories, such as hoods and gloves as well as Spare Parts and Services. The Drysuits will …

CPV: 37412270 Fatos de mergulho secos
Local de execução:
Framework agreement regarding Breathable Drysuits
Local de premiação:
Danish Ministry of Defence Acquisition and Logistics Organisation
Número do prémio:

1. Buyer

1.1 Buyer

Official name : Danish Ministry of Defence Acquisition and Logistics Organisation
Legal type of the buyer : Central government authority
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Framework agreement regarding Breathable Drysuits
Description : The framework agreement is concering the acquisition of 3 (three) types of Breathable Drysuits: - A Combat Swimmer Drysuit. - A Boarding Drysuit. - A Boat Operator Drysuit. The framework agreement will also concern Accessories, such as hoods and gloves as well as Spare Parts and Services. The Drysuits will be used for at broad variaty of tasks in the Danish Defence such as diving, tactical swimming, boarding operation, close quarter combat.
Procedure identifier : 0d23f4e4-a62a-4be5-b6ad-9ce61a4631ef
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Please note that each candidate may only submit one request for participation. The candidate must submit the European Single Procurement Document (ESPD) Please note that the candidate may rely on the capacity of other entities (e.g. a parent or sister company or a subcontractor), irrespective of the legal nature of the relations between the candidate and the entity or entities on which the candidate relies. In this case, the candidate must ensure that an ESPD from the entity or entities on which the candidate relies is submitted along with the candidate’s own ESPD. The ESPD of the entity or entities in question must include equivalent information. A candidate may only submit one request to participate. The candidate and, if relevant, the participants in the group of entities and/or entities on which the candidate relies, must use the ESPD, see section 148 of the Danish Public Procurement Act, as preliminary evidence that the participants are not subject to any of the exclusion grounds set out in sections 135 and 136 of the Danish Public Procurement Act, and that the candidate fulfils the suitability requirements and the selection criteria. It is not necessary for the candidate to sign the ESPD document. If the candidate is a group of entities (consortiums), the participants not submitting the request to participate must sign their ESPD document. Any entities relied on must also sign the ESPD. If a candidate relies on the capacity of other entities, see Procedure, the candidate shall upon request provide statements of support or other documentation proving that the candidate has access to the necessary economic and financial standing and/or technical and professional capacity, and that the entity referred to has a legal obligation to the candidate. If such documentation is not provided, DALO cannot take into account the economic and financial standing and/or the technical and professional capacity of such entity or entities. DALO has prepared a template (available in the electronic tender system) to be used to confirm the legal obligation.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 37412270 Dry suits

2.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : The Breathable Drysuits will be used all over Denmark.

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Danish krone
Maximum value of the framework agreement : 45 000 000 Danish krone

2.1.4 General information

Additional information : In accordance with section 134a of the Danish Public Procurement Act the contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer is established in a country that is included in the EU list of non-cooperative jurisdictions for tax purposes and has not acceded to the WTO Government Procurement Agreement or other trade agreements committing Denmark to open the public procurement market to tenderers established in that country. However, for reasons of overriding public interest, the contracting entity may refrain from excluding a candidate or tenderer that is subject to the ground for exclusion. It is stressed, however, that the voluntary grounds for exclusion in section 137 of the Danish Public Procurement Act do not apply for this procurement, irrespective of whether the text in Participation (which is system-generated) may suggest this. No particular legal form is required. If the agreement is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liability and appoint one supplier to represent the group. The agreement is not divided into lots since a division of the agreement will undermine the economies of scale obtainable by one agreement. It is pointed out that this procedure is subject to Article 5k of Regulation (EU) no. 833/2014, as amended. 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 exact delimitation of the operators that are subject to the prohibition). DALO reserves the right at any time during the tender process to require candidates or tenderers to prove that they are not subject to the prohibition, for example by requiring documentation regarding the candidates’ or tenderers’ and any subcontractors’ place of establishment and ownership. Regarding Conditions of performance: As part of the request to participate, the candidate must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions, see sections Conditions of performance. In this connection, DALO reserves the right, at any time during the tender process, to let the candidat rectify a missing or inadequately completed self-declaration. DALO has uploaded a template (available in the electronic tender system) which must be used as declaration. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the self-declaration must be submitted separately for each of the participating entities. DALO reserves the right – but is not obliged – to use the remedies provided for in section 159(5) of the Danish Public Procurement Act if requests to participate or offers do not fulfil the requirements of the tender documents. It should be noted that irrespective of the wording of the requirements of the tender documents to the effect that information, declarations and documentation must be submitted, e.g. concerning a description of the deliverables put up for tender, DALO is not prevented from obtaining additional information, etc., pursuant to section 159(5), cf. section 159(6) of the Danish Public Procurement Act. Any questions regarding the request to participate must be submitted through the electronic tender system. Questions will be anonymised, and the answers will be posted in the electronic tender system. Questions received within the deadline stated in Additional information deadline will be answered by DALO no later than 6 days before the deadline for request to participate, see Deadline for receipt of request to participate. However, questions received later than the deadline in Additional information deadline will be answered unless the nature of the question makes it disproportionately onerous for DALO to answer six days before the deadline for request to participate. Answers to questions received later than 6 days before the deadline af the request to participate cannot be expected. An information meeting will be held after the prequalification. The date and time for the information meeting will be announced on Ethics without undue delay after the prequalification. Prior to decision on award of the agreement, DALO requires that the tenderer to whom DALO intends to award the agreement presents documentation for the information stated in the ESPD, see sections 151-155 of the Danish Public Procurement Act. DALO demands that the the candidate and each of the legal entities on whose economic and financial capacities the the candidate relies undertake joint and several liability for the performance of the agreement. The estimated value of the framework agreement is 20.000.000 DKK, and the maximum value of the agreement is 45.000.000 DKK. The reason for the difference between the stated values is the uncertainty regarding the final value of the agreement, see below. Hence, the estimated value constitutes DALO’s most qualified estimate of the value of the agreement at the present moment, while the maximum value constitutes the maximum value of purchases under the agreement in its duration. The uncertainty regarding the final value of the framework agreement is primarily caused by uncertainty regarding the operational needs of the Danish Defence through the duration of the agreement, including in particular uncertainty about specific deployments and mission areas, which is not possible to foresee for the entire span of the agreement. Thus, changes to the operational needs of the Danish Defence compared to the existing situation and needs may cause a significantly larger expenditure under the agreement than what is expected at the moment. Regarding Candidates it is specified that DALO will select 5 (five) candidates by applying the criteria stated in Technical and professional liability, unless DALO receives no more than 5 (five) compliant requests for participation. Regarding Successive Reduction: DALO will not short-list during the tender procedure. DALO will only perform a selection in relation to the prequalification in case more than 5 (five) compliant request to participation is received.
Legal basis :
Directive 2014/24/EU
The Danish Public Procurement Act (Act no. 1564 of 15 December 2015, as amended). - The Danish Public Procurement Act implements the Public Procurement Directive (2014/24/EU) in Danish law.

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(3) of the Danish Public Procurement Act.
Conflict of interest due to its participation in the procurement procedure : See section 136(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 regarding Breathable Drysuits
Description : The framework agreement is concering the acquisition of 3 (three) types of Breathable Drysuits: - A Combat Swimmer Drysuit. - A Boarding Drysuit. - A Boat Operator Drysuit. The framework agreement will also concern Accessories, such as hoods and gloves as well as Spare Parts and Services. The Drysuits will be used for at broad variaty of tasks in the Danish Defence such as diving, tactical swimming, boarding operation, close quarter combat.

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 37412270 Dry suits

5.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : The Breathable Drysuits will be used all over Denmark.

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 20 000 000 Danish krone
Maximum value of the framework agreement : 45 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : In accordance with section 134a of the Danish Public Procurement Act the contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer is established in a country that is included in the EU list of non-cooperative jurisdictions for tax purposes and has not acceded to the WTO Government Procurement Agreement or other trade agreements committing Denmark to open the public procurement market to tenderers established in that country. However, for reasons of overriding public interest, the contracting entity may refrain from excluding a candidate or tenderer that is subject to the ground for exclusion. It is stressed, however, that the voluntary grounds for exclusion in section 137 of the Danish Public Procurement Act do not apply for this procurement, irrespective of whether the text in Participation (which is system-generated) may suggest this. No particular legal form is required. If the agreement is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liability and appoint one supplier to represent the group. The agreement is not divided into lots since a division of the agreement will undermine the economies of scale obtainable by one agreement. It is pointed out that this procedure is subject to Article 5k of Regulation (EU) no. 833/2014, as amended. 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 exact delimitation of the operators that are subject to the prohibition). DALO reserves the right at any time during the tender process to require candidates or tenderers to prove that they are not subject to the prohibition, for example by requiring documentation regarding the candidates’ or tenderers’ and any subcontractors’ place of establishment and ownership. Regarding Conditions of performance: As part of the request to participate, the candidate must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions, see sections Conditions of performance. In this connection, DALO reserves the right, at any time during the tender process, to let the candidat rectify a missing or inadequately completed self-declaration. DALO has uploaded a template (available in the electronic tender system) which must be used as declaration. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the self-declaration must be submitted separately for each of the participating entities. DALO reserves the right – but is not obliged – to use the remedies provided for in section 159(5) of the Danish Public Procurement Act if requests to participate or offers do not fulfil the requirements of the tender documents. It should be noted that irrespective of the wording of the requirements of the tender documents to the effect that information, declarations and documentation must be submitted, e.g. concerning a description of the deliverables put up for tender, DALO is not prevented from obtaining additional information, etc., pursuant to section 159(5), cf. section 159(6) of the Danish Public Procurement Act. Any questions regarding the request to participate must be submitted through the electronic tender system. Questions will be anonymised, and the answers will be posted in the electronic tender system. Questions received within the deadline stated in Additional information deadline will be answered by DALO no later than 6 days before the deadline for request to participate, see Deadline for receipt of request to participate. However, questions received later than the deadline in Additional information deadline will be answered unless the nature of the question makes it disproportionately onerous for DALO to answer six days before the deadline for request to participate. Answers to questions received later than 6 days before the deadline af the request to participate cannot be expected. An information meeting will be held after the prequalification. The date and time for the information meeting will be announced on Ethics without undue delay after the prequalification. Prior to decision on award of the agreement, DALO requires that the tenderer to whom DALO intends to award the agreement presents documentation for the information stated in the ESPD, see sections 151-155 of the Danish Public Procurement Act. DALO demands that the the candidate and each of the legal entities on whose economic and financial capacities the the candidate relies undertake joint and several liability for the performance of the agreement. The estimated value of the framework agreement is 20.000.000 DKK, and the maximum value of the agreement is 45.000.000 DKK. The reason for the difference between the stated values is the uncertainty regarding the final value of the agreement, see below. Hence, the estimated value constitutes DALO’s most qualified estimate of the value of the agreement at the present moment, while the maximum value constitutes the maximum value of purchases under the agreement in its duration. The uncertainty regarding the final value of the framework agreement is primarily caused by uncertainty regarding the operational needs of the Danish Defence through the duration of the agreement, including in particular uncertainty about specific deployments and mission areas, which is not possible to foresee for the entire span of the agreement. Thus, changes to the operational needs of the Danish Defence compared to the existing situation and needs may cause a significantly larger expenditure under the agreement than what is expected at the moment. Regarding Candidates it is specified that DALO will select 5 (five) candidates by applying the criteria stated in Technical and professional liability, unless DALO receives no more than 5 (five) compliant requests for participation. Regarding Successive Reduction: DALO will not short-list during the tender procedure. DALO will only perform a selection in relation to the prequalification in case more than 5 (five) compliant request to participation is received.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The equity ratio (calculated by dividing the candidate’s equity with the candidate’s total assets (equity/total assets x 100) at the end of the last 2 financial years available.
Description : The tenderer must have a positive equity ratio in each of the last 2 financial years available. The tenderer and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD. The equity and total assets must be stated in DKK. If the tenderer is composed of a group of entities (e.g. consortium), including temporary joint ventures, the equity ratio will be calculated by dividing the sum of the equities of all participants with the sum of the total assets of all participants (the sum of equities/the sum of total assets x 100) in each of the last 2 financial years available. If the tenderer relies on the economic and financial standing of an entity or entities (e.g. a parent or sister company or a subcontractor), the equity ratio will be calculated by dividing the sum of the tenderer’s and the entity’s/entities’ equity with the sum of the tenderer’s and the entity’s/entities’ total assets (the sum of equities/the sum of total assets x 100) in each of the last 2 financial years available. Upon request from DALO, the tenderer must submit the following documentation: Annual reports or excerpts thereof or other documentation stating the tenderer’s equity and total assets at the end of the last 2 financial years available if publication of annual reports is required under the law of the country in which the tenderer is established. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the documentation must be provided for each of the participating entities. If the tenderer relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the documentation must also be provided for each such entity or entities.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Criteria for selection among the suitable candidates.
Description : A list must be provided in the ESPD of the most important similar deliveries (references), see Identification, carried out prior to the deadline for request to participate. The list should preferably include a short description of each delivery. The description should include a clear indication of which specific parts of the deliveries that are similar to the procurement described in Identification. The description should also include a description of the candidates’ participation/role in the performance of the deliveries. The description should contain information on the date of the deliveries, the size/quantity/volume and value of the deliveries, the recipients of the deliveries (specific names/countries are preferred, but not necessary; if no country-specific information is included, the candidate is asked to provide as much generic information as possible about the delivery). When specifying the date for the deliveries, the candidate should state the date of commencement and completion. If this is not possible, for example if the delivery in question was performed on an ongoing basis under a framework agreement, licence agreement, etc., it should be stated in the description of the delivery how the date is specified. Only the deliveries (references) performed at the time of the deadline for the request to participate will be considered when assessing which candidate has documented the most relevant previous deliveries, see section administrative information. If the delivery in question is ongoing, it is only the part of the delivery completed at the time of the deadline for submission of request to participate which will be included in the assessment of the delivery (reference). Consequently, if a part of the delivery has not been completed at the time of the deadline for submission of request to participate, this particular part will not be included in the assessment of the delivery (reference). Therefore, it is important that the candidate clearly states which part (e.g. with regard to size, value, quantity or volume etc.) of an ongoing delivery (reference) that has been completed at the time of the deadline for submission of request to participate. The selection of candidates will be based on an evaluation of which candidates have documented the most relevant previous deliveries in relation to the agreement/procurement described in Identification above. In the evaluation, the nature of the previous deliveries will be taken into account. The evaluation will be based on the list of references submitted by the candidates in the ESPD see above. Please note that if the information submitted is unclear or unintelligible, this may be regarded negatively in the selection process. In the evaluation, DALO will take the following into account, in particular: - That the reference includes the delivery of Breathable Drysuits, comparable Breathable Drysuits are preferable. - That the reference includes larger deliveries, eg. more than 100 in one order. - That the reference includes delivery to a Buyer that is comparable to DALO eg. Public Authorities, the Danish Defence or the defence of the other countries. The candidate will not be required to present further documentation for the technical and professional capacity (i.e. the information stated in the ESPD is considered sufficient). However, DALO reserves the right to contact the candidate and/or the recipients of the deliveries in order to verify the information stated in the ESPD, including details on the specified dates of the performance of the deliveries.
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 : 5
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See evaluation method in the tender material
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Functionality/Quality
Description : See evaluation method in the tender material
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
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

Deadline for requesting additional information : 30/05/2025 08:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Danish
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 10/06/2025 08:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The agreement contains requirements regarding labour clause, CSR requirements, international sanctions as well as provisions regarding risk assessment and follow-up actions; reference is made to the tender documents for further information. In the procurement of the agreement, the risk profile is assessed to the following follow-up action (risk level): B.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : Payment shall take place no later than 30 days after the supplier has forwarded a satisfactory invoice to DALO. The specific payment terms will be included in the tender documents.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
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.
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. Procurement’s own guidance note concerning complaints is available on the website stated in section VI.4.1).
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 receiving requests to participate : Danish Ministry of Defence Acquisition and Logistics Organisation -
Organisation processing tenders : Danish Ministry of Defence Acquisition and Logistics Organisation -

8. Organisations

8.1 ORG-0001

Official name : Danish Ministry of Defence Acquisition and Logistics Organisation
Registration number : 16-28-71-80
Postal address : Lautrupbjerg 1-5
Town : Ballerup
Postcode : 2750
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : Maria Dahl Ellehave
Telephone : +4524436456
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 receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Contact point : Klagenævnet for Udbud
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
Contact point : Konkurrence- og Forbrugerstyrelsen
Telephone : +45 41715000
Information exchange endpoint (URL) : https://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 0758fe1f-78d2-45f5-bba1-2e49831d4be5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/05/2025 07:10 +00:00
Notice dispatch date (eSender) : 07/05/2025 07:10 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00297515-2025
OJ S issue number : 89/2025
Publication date : 08/05/2025