Contract regarding Operation and Maintenance of GSM-R

I. Background and Purpose: Banedanmark is an agency under the Ministry of Transport in Denmark. Banedanmark is responsible for maintaining, renewing and expanding the railway so that the railway has a condition and capacity to meet the current and future needs for running trains. Banedanmark operates a 3476 km & …

CPV: 32510000 Sistema inalámbrico de telecomunicaciones, 32522000 Equipo de telecomunicaciones, 32523000 Instalaciones de telecomunicaciones, 32524000 Sistema de telecomunicaciones, 50300000 Servicios de reparación, mantenimiento y servicios asociados relacionados con ordenadores personales, equipo de oficina, telecomunicaciones y equipo audiovisual, 50312310 Mantenimiento de equipos de redes de datos, 50330000 Servicios de mantenimiento de equipo de telecomunicación, 50331000 Servicios de reparación y mantenimiento de líneas de telecomunicación, 50332000 Servicios de mantenimiento de infraestructura de telecomunicaciones, 50334400 Servicios de mantenimiento de sistemas de comunicaciones, 51300000 Servicios de instalación de equipos de comunicaciones, 64200000 Servicios de telecomunicaciones, 64210000 Servicios telefónicos y de transmisión de datos
Lugar de ejecución:
Contract regarding Operation and Maintenance of GSM-R
Organismo adjudicador:
Banedanmark
Número de premio:
2023-10988

1. Køber

1.1 Køber

Officielt navn : Banedanmark
Køberens retlige status : Central regeringsmyndighed
Den ordregivende myndigheds aktiviteter : Generelle offentlige tjenesteydelser
Den ordregivende enheds aktiviteter : Jernbanetjenester

1.1 Køber

Officielt navn : A/S Storebæltsforbindelsen
Den ordregivende enheds aktiviteter : Jernbanetjenester

1.1 Køber

Officielt navn : A/S Øresundsforbindelsen
Den ordregivende enheds aktiviteter : Jernbanetjenester

1.1 Køber

Officielt navn : Femern bælt A/S
Den ordregivende enheds aktiviteter : Jernbanetjenester

1.1 Køber

Officielt navn : A/S Femern Landanlæg
Den ordregivende enheds aktiviteter : Jernbanetjenester

1.1 Køber

Officielt navn : NJ Holding Nordjylland A/S
Den ordregivende enheds aktiviteter : Jernbanetjenester

1.1 Køber

Officielt navn : Midtjyske Jernbaner A/S
Den ordregivende enheds aktiviteter : Jernbanetjenester

1.1 Køber

Officielt navn : Vestbanen A/S
Den ordregivende enheds aktiviteter : Jernbanetjenester

1.1 Køber

Officielt navn : Lokaltog A/S
Den ordregivende enheds aktiviteter : Jernbanetjenester

1.1 Køber

Officielt navn : Øresundsbro konsortiet I/S
Den ordregivende enheds aktiviteter : Jernbanetjenester

2. Procedure

2.1 Procedure

Titel : Contract regarding Operation and Maintenance of GSM-R
Beskrivelse : I. Background and Purpose: Banedanmark is an agency under the Ministry of Transport in Denmark. Banedanmark is responsible for maintaining, renewing and expanding the railway so that the railway has a condition and capacity to meet the current and future needs for running trains. Banedanmark operates a 3476 km & 300 station railway network with a complex data & telecommunications network enabling connectivity of operational technical railway systems. Banedanmark’s GSM network is based on the GSM-R standard which is an international wireless communications standard for railway communication and applications built on GSM technology. Purpose of this tender was to ensure a stable operation of the GSM-R network during the term of the Contract. As a result of the tender Banedanmark has entered into Contract with the winning tenderer. II. Current setup The current scope is that the Supplier must provide operation and maintenance of the GSM network based on Nokia, which includes: • More than 400 sites, consisting of masts, foundations, antennas, mast brackets and antenna cabling, couplers, amplifiers, cabinets and grounding. • BSC’s and BTS’s • MSC • IN Switch • Dispatcher Switch • Voice recording equipment • Servers and databases • GPRS • Dispatcher workstations (approx. 75 in the whole country) III. Main services The main services are the following: A) Transition in B) Operation C) Preventive Maintenance D) Warehouse Service and embedded in these GSM-R network specific services are standard services like reporting, status meetings, documentation and more. Ad main service A): The purpose of transition in is to enable the Supplier to take over responsibility for the supply of Operation, Preventive Maintenance and Warehouse Services. Part of this will be knowledge transfer from incumbent supplier. It is essential to the Customer that Transition In is implemented with the least possible interruptions to the Customer’s business activities. Ad main service B): The Supplier shall operate the entire GSM-R network including hardware, operating systems, databases and other middleware and applications. Operation shall be performed in accordance with manufacturer instructions and system documentation provided by Customer. The Supplier shall troubleshoot and subsequently remediate faults in the GSM-R network in accordance with incident priority and service levels. SIM card administration is also a part of this service. Railway safety procedures and IT security requirements are embedded in this service. Ad main service C): The Supplier shall ensure that the GSM-R network is always maintained in accordance with the customers applicable standards, manufacturers recommendations and Best Practices. This means that the GSM-R network must be periodically inspected by the Supplier during the operational phase. Through preventive maintenance, the supplier shall ensure remediation of defects and other conditions that may or will cause operational disruptions or adversely impact the GSM-R network in the short or long term. Railway safety procedures and IT security requirements are embedded in this service. Ad main service D): Warehouse services shall be provided by the Supplier and this is to ensure rapid response, rectification of hardware defects, etc. in the GSM-R network. The Supplier shall as part of the warehouse services provide necessary warehouse facilities for Customer spare part stock and handle all tasks and matters related to this including registration of hardware, inventory management, reporting, audit, RMA, and assistance with purchase of additional hardware.
Identifikator for proceduren : 4df27b14-3a1c-469f-b48f-57ad6559c135
Tidligere bekendtgørelse : 619609-2023
Intern identifikator : 2023-10988
Udbudsprocedure : Udbud med forhandling/indkaldelse af tilbud med forudgående offentliggørelse
Proceduren er en hasteprocedure : nej
Begrundelse for hasteproceduren :
Hovedpunkterne i proceduren : The tender has been conducted as a negotiated procedure. Four tenderers have been selected in the prequalification. Following the submission of initial tenders, a negotiation meeting has been conducted for each tenderer. After the negotiations the tenderers have submitted the final offer. The final offers have been evaluated and the tenderer with the best offer according to Appendix A has been selected.

2.1.1 Formål

Kontraktens art : Tjenesteydelser
Primær klassificering ( cpv ): 50300000 Reparation, vedligeholdelse og tilhørende tjenesteydelser for pc'er, kontorudstyr, telekommunikations- og av-udstyr
Yderligere klassificering ( cpv ): 32510000 Trådløst telekommunikationssystem
Yderligere klassificering ( cpv ): 32522000 Telekommunikationsudstyr
Yderligere klassificering ( cpv ): 32523000 Telekommunikationsanlæg
Yderligere klassificering ( cpv ): 32524000 Telekommunikationssystem
Yderligere klassificering ( cpv ): 50312310 Vedligeholdelse af udstyr til datanetværk
Yderligere klassificering ( cpv ): 50330000 Vedligeholdelse af telekommunikationsudstyr
Yderligere klassificering ( cpv ): 50331000 Reparation og vedligeholdelse af telekommunikationslinjer
Yderligere klassificering ( cpv ): 50332000 Vedligeholdelse af telekommunikationsinfrastruktur
Yderligere klassificering ( cpv ): 50334400 Vedligeholdelse af kommunikationssystemer
Yderligere klassificering ( cpv ): 51300000 Installation af kommunikationsudstyr
Yderligere klassificering ( cpv ): 64200000 Telekommunikation
Yderligere klassificering ( cpv ): 64210000 Telefon- og datatransmissionstjenester

2.1.2 Udførelsessted

Land : Danmark
Hvor som helst i det pågældende land

2.1.3 Værdi

Anslået værdi eksklusiv moms : 212 000 000 Dansk krone

2.1.4 Generelle oplysninger

Indkaldelse af tilbud er afsluttet
Yderligere oplysninger : The winning tenderer is an SME.
Retsgrundlag :
Direktiv 2014/25/EU

5. Delkontrakt

5.1 Teknisk ID for partiet : LOT-0000

Titel : Contract regarding Operation and Maintenance of GSM-R
Beskrivelse : I. Background and Purpose: Banedanmark is an agency under the Ministry of Transport in Denmark. Banedanmark is responsible for maintaining, renewing and expanding the railway so that the railway has a condition and capacity to meet the current and future needs for running trains. Banedanmark operates a 3476 km & 300 station railway network with a complex data & telecommunications network enabling connectivity of operational technical railway systems. Banedanmark’s GSM network is based on the GSM-R standard which is an international wireless communications standard for railway communication and applications built on GSM technology. Purpose of this tender was to ensure a stable operation of the GSM-R network during the term of the Contract. As a result of the tender Banedanmark has entered into Contract with the winning tenderer. II. Current setup The current scope is that the Supplier must provide operation and maintenance of the GSM network based on Nokia, which includes: • More than 400 sites, consisting of masts, foundations, antennas, mast brackets and antenna cabling, couplers, amplifiers, cabinets and grounding. • BSC’s and BTS’s • MSC • IN Switch • Dispatcher Switch • Voice recording equipment • Servers and databases • GPRS • Dispatcher workstations (approx. 75 in the whole country) III. Main services The main services are the following: A) Transition in B) Operation C) Preventive Maintenance D) Warehouse Service and embedded in these GSM-R network specific services are standard services like reporting, status meetings, documentation and more. Ad main service A): The purpose of transition in is to enable the Supplier to take over responsibility for the supply of Operation, Preventive Maintenance and Warehouse Services. Part of this will be knowledge transfer from incumbent supplier. It is essential to the Customer that Transition In is implemented with the least possible interruptions to the Customer’s business activities. Ad main service B): The Supplier shall operate the entire GSM-R network including hardware, operating systems, databases and other middleware and applications. Operation shall be performed in accordance with manufacturer instructions and system documentation provided by Customer. The Supplier shall troubleshoot and subsequently remediate faults in the GSM-R network in accordance with incident priority and service levels. SIM card administration is also a part of this service. Railway safety procedures and IT security requirements are embedded in this service. Ad main service C): The Supplier shall ensure that the GSM-R network is always maintained in accordance with the customers applicable standards, manufacturers recommendations and Best Practices. This means that the GSM-R network must be periodically inspected by the Supplier during the operational phase. Through preventive maintenance, the supplier shall ensure remediation of defects and other conditions that may or will cause operational disruptions or adversely impact the GSM-R network in the short or long term. Railway safety procedures and IT security requirements are embedded in this service. Ad main service D): Warehouse services shall be provided by the Supplier and this is to ensure rapid response, rectification of hardware defects, etc. in the GSM-R network. The Supplier shall as part of the warehouse services provide necessary warehouse facilities for Customer spare part stock and handle all tasks and matters related to this including registration of hardware, inventory management, reporting, audit, RMA, and assistance with purchase of additional hardware.
Intern identifikator : 1

5.1.1 Formål

Kontraktens art : Tjenesteydelser
Primær klassificering ( cpv ): 50300000 Reparation, vedligeholdelse og tilhørende tjenesteydelser for pc'er, kontorudstyr, telekommunikations- og av-udstyr
Yderligere klassificering ( cpv ): 32510000 Trådløst telekommunikationssystem
Yderligere klassificering ( cpv ): 32522000 Telekommunikationsudstyr
Yderligere klassificering ( cpv ): 32523000 Telekommunikationsanlæg
Yderligere klassificering ( cpv ): 32524000 Telekommunikationssystem
Yderligere klassificering ( cpv ): 50312310 Vedligeholdelse af udstyr til datanetværk
Yderligere klassificering ( cpv ): 50330000 Vedligeholdelse af telekommunikationsudstyr
Yderligere klassificering ( cpv ): 50331000 Reparation og vedligeholdelse af telekommunikationslinjer
Yderligere klassificering ( cpv ): 50332000 Vedligeholdelse af telekommunikationsinfrastruktur
Yderligere klassificering ( cpv ): 50334400 Vedligeholdelse af kommunikationssystemer
Yderligere klassificering ( cpv ): 51300000 Installation af kommunikationsudstyr
Yderligere klassificering ( cpv ): 64200000 Telekommunikation
Yderligere klassificering ( cpv ): 64210000 Telefon- og datatransmissionstjenester

5.1.2 Udførelsessted

Land : Danmark
Hvor som helst i det pågældende land
Yderligere oplysninger :

5.1.3 Anslået varighed

Varighed : 60 Måned

5.1.4 Fornyelse

Højeste antal fornyelser : 3
Køberen forbeholder sig retten til at foretage yderligere indkøb fra entreprenøren som beskrevet her : The Contract can be renewed 3 times up to 12 months; however, minimum 6 months.

5.1.5 Værdi

Anslået værdi eksklusiv moms : 212 000 000 Dansk krone

5.1.6 Generelle oplysninger

Udbuddet er omfattet af aftalen om offentlige udbud (GPA) : ja
Yderligere oplysninger : The winning tenderer is an SME.

5.1.10 Tildelingskriterier

Kriterium :
Type : Pris
Navn : Price
Beskrivelse : Evaluated on the basis of the overall evaluation-technical price based upon the prices stated by the tenderer in Appendix 20.a (Unit Prices).
Vægtning (procentdel, præcis) : 50
Kriterium :
Type : Kvalitet
Navn : Quality
Beskrivelse : Evaluated on the basis of the following sub-sub-criteria: • Delivery organisation 65% Assessed on the basis of an overall assessment of the offered delivery organisation under the Contract and the offered skills and experience of the allocated Key Employees. Positive weight was given to the extent to which the structure and set up of the delivery organisation under the Contract is utilised in a way that supports high quality for the Services under the Contract related to the Customer's nationwide critical mobile network infrastructure. Furthermore, positive weight was given to the extent to which the delivery organisation overall (excluding the Key Employees) has competencies, knowledge of and experiences with GSM-R and/or other relevant technologies as well as operations of railways that are utilised in a way that supports high quality Services under the Contract. Finally, positive weight was given to the extent to which the offered Key Employees has competencies, knowledge and experiences that are utilised in a way that supports high quality in the delivery of the Services under the Contract. The sub-sub-criterion was assessed on the basis of the tenderer's response to the evaluation requirements (ER) set out in Appendix 4.a (Cooperation organisation) and Appendix 4.b (Allocated key employees). The sub-sub-criterion was assessed on the basis of the tenderer's response to the evaluation requirements (ER) set out in Ap-pendix 4.a (Cooperation organisation) and Appendix 4.b (Allocated key employees). • Competence assurance 25 % Assessed on the basis of an overall assessment of the offered plan to assure the required compentensies throughout the term of the Contract. Positive weight was given to the extent to which the Supplier's offered plan ensures that critical competencies are assured in the delivery organisation throughout the term of the Contract. The sub-sub-criterion was assessed on the basis of the tenderer's response to the evaluation requirements (ER) set out in Appendix 4.a (Cooperation organisation). • Transition in 10 % Assessed on the basis of an overall assessment of the offered approach and meth-odology for Transition In and transition test. Positive weight was given to the extent to which the approach and methodology for the Transition In and transition test supports an efficient and effective Transition In and transition test, including securing a stable Operation after the Transition Date. The sub-sub-criterion was assessed on the basis of the tenderer's response to the evaluation requirements (ER) set out in Appendix 11 (Transition In).
Vægtning (procentdel, præcis) : 50
Beskrivelse af den metode, der skal anvendes, hvis vægtningen ikke kan udtrykkes ved hjælp af kriterier :
Begrundelse for ikke at angive vægtningen af tildelingskriterierne :

5.1.12 Udbudsvilkår

Oplysninger om undersøgelsesfrister : 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 for 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. 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 where 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. 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 appeal was lodged during the stand-still 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 set out in section VI.4.1). The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/

5.1.15 Teknikker

Rammeaftale :
Ingen rammeaftale
Oplysninger om det dynamiske indkøbssystem :
Intet dynamisk indkøbssystem

5.1.16 Yderligere oplysninger, mægling og gennemgang

Organisation med ansvar for klager : Klagenævnet for Udbud
Organisation, der leverer supplerende oplysninger om udbudsproceduren : Banedanmark
Organisation, der leverer yderligere oplysninger om klageprocedurerne : Konkurrence- og Forbrugerstyrelsen
Organisation, hvis budget anvendes til at betale for kontrakten : Banedanmark
Organisation, der udfører betalingen : Banedanmark
TED eSender : Mercell Holding ASA

6. Resultater

Værdien af alle kontrakter tildelt i denne meddelelse : 147 150 967 Dansk krone

6.1 Resultat delkontrakt-ID : LOT-0000

Der er udvalgt mindst én vinder.

6.1.2 Oplysninger om vinderne

Vinder :
Officielt navn : Cibicom A/S
Tilbud :
Tilbud – Identifikator : Contract regarding Operation and Maintenance of GSM-R - Cibicom A/S
Identifikator for delkontrakt eller gruppe af delkontrakter : LOT-0000
Underentreprise : Nej
Underentrepriseværdien er kendt : nej
Underentrepriseprocentdelen er kendt : nej
Kontraktoplysninger :
Identifikator for kontrakten : Contract regarding Operation and Maintenance of GSM-R - Cibicom A/S
Datoen for udvælgelsen af det vindende tilbud : 17/05/2024
Dato for indgåelse af kontrakten : 09/08/2024
Kontrakten tildeles som led i en rammeaftale : nej

6.1.4 Statistiske oplysninger

Modtagne tilbud og ansøgninger om deltagelse :
Type modtagne indgivelser : Tilbud
Antal modtagne tilbud og ansøgninger om deltagelse : 3
Udvalg af tilbud :
Værdien af det antagne tilbud med den laveste værdi : 147 150 967 Dansk krone
Værdien af det antagne tilbud med den højeste værdi : 176 089 587 Dansk krone

8. Organisationer

8.1 ORG-0001

Officielt navn : Banedanmark
Registreringsnummer : 18632276
Afdeling : Danmark
Postadresse : Carsten Niebuhrs Gade 43
By : København V
Postnummer : 1577
Landespecifik underafdeling (NUTS) : Byen København ( DK011 )
Land : Danmark
Kontaktpunkt : Louise Rathleff Jensen
Telefon : 50419042
Internetadresse : https://www.bane.dk/
Denne organisations roller :
Køber
Gruppeleder
Organisation, der leverer supplerende oplysninger om udbudsproceduren
Organisation, hvis budget anvendes til at betale for kontrakten
Organisation, der udfører betalingen

8.1 ORG-0002

Officielt navn : Cibicom A/S
Den økonomiske operatørs størrelse : Mellemstor virksomhed
Organisationen er en fysisk person
Registreringsnummer : 25598008
Postadresse : Banestrøget 19
By : Taastrup
Postnummer : 2630
Landespecifik underafdeling (NUTS) : Københavns omegn ( DK012 )
Land : Danmark
Telefon : +45 23349987
Denne organisations roller :
Tilbudsgiver
Vinder af disse delkontrakter : LOT-0000

8.1 ORG-0003

Officielt navn : Klagenævnet for Udbud
Registreringsnummer : 37795526
Postadresse : Nævnenes Hus, Toldboden 2
By : Viborg
Postnummer : 8800
Landespecifik underafdeling (NUTS) : Vestjylland ( DK041 )
Land : Danmark
Telefon : +45 72405600
Denne organisations roller :
Organisation med ansvar for klager

8.1 ORG-0004

Officielt navn : Konkurrence- og Forbrugerstyrelsen
Registreringsnummer : 10 29 48 19
Postadresse : Carl Jacobsens Vej 35
By : Valby
Postnummer : 2500
Landespecifik underafdeling (NUTS) : Københavns omegn ( DK012 )
Land : Danmark
Telefon : +45 41715000
Internetadresse : http://www.kfst.dk
Denne organisations roller :
Organisation, der leverer yderligere oplysninger om klageprocedurerne

8.1 ORG-0005

Officielt navn : A/S Storebæltsforbindelsen
Registreringsnummer : 10 63 49 70
Postadresse : Vester Søgade 10
By : København V
Postnummer : 1601
Landespecifik underafdeling (NUTS) : Byen København ( DK011 )
Land : Danmark
E-mail : cyl@sbf.dk
Telefon : 33 93 52 00
Denne organisations roller :
Køber

8.1 ORG-0006

Officielt navn : A/S Øresundsforbindelsen
Registreringsnummer : 15 80 78 30
Postadresse : Vester Søgade 10
By : København V
Postnummer : 1601
Landespecifik underafdeling (NUTS) : Byen København ( DK011 )
Land : Danmark
E-mail : cyl@sbf.dk
Telefon : 33 93 52 00
Denne organisations roller :
Køber

8.1 ORG-0007

Officielt navn : Femern bælt A/S
Registreringsnummer : 28 98 65 64
Postadresse : Vester Søgade 10
By : København V
Postnummer : 1601
Landespecifik underafdeling (NUTS) : Byen København ( DK011 )
Land : Danmark
Telefon : 33 41 63 00
Denne organisations roller :
Køber

8.1 ORG-0008

Officielt navn : A/S Femern Landanlæg
Registreringsnummer : 32 56 79 67
Postadresse : Vester Søgade 10
By : København V
Postnummer : 1601
Landespecifik underafdeling (NUTS) : Byen København ( DK011 )
Land : Danmark
E-mail : cyl@sbf.dk
Telefon : 33 41 63 00
Denne organisations roller :
Køber

8.1 ORG-0009

Officielt navn : NJ Holding Nordjylland A/S
Registreringsnummer : 26 13 93 25
Postadresse : Skydebanevej 1B
By : Hjørring
Postnummer : 9800
Landespecifik underafdeling (NUTS) : Nordjylland ( DK050 )
Land : Danmark
E-mail : nj@nj.dk
Telefon : 96 24 22 20
Denne organisations roller :
Køber

8.1 ORG-0010

Officielt navn : Midtjyske Jernbaner A/S
Registreringsnummer : 64 64 00 11
Postadresse : Banegårdsvej 2
By : Lemvig
Postnummer : 7620
Landespecifik underafdeling (NUTS) : Vestjylland ( DK041 )
Land : Danmark
Telefon : 97823222
Denne organisations roller :
Køber

8.1 ORG-0011

Officielt navn : Vestbanen A/S
Registreringsnummer : 35 60 63 19
Postadresse : Østergade 17, 1.
By : Oksbøl
Postnummer : 6840
Landespecifik underafdeling (NUTS) : Sydjylland ( DK032 )
Land : Danmark
Telefon : 70277482
Denne organisations roller :
Køber

8.1 ORG-0012

Officielt navn : Lokaltog A/S
Registreringsnummer : 26 15 90 40
Postadresse : Jættevej 50
By : Ringsted
Postnummer : 4100
Landespecifik underafdeling (NUTS) : Københavns omegn ( DK012 )
Land : Danmark
Telefon : 70 20 00 54
Denne organisations roller :
Køber

8.1 ORG-0013

Officielt navn : Øresundsbro konsortiet I/S
Registreringsnummer : 24246787
Postadresse : Kay Fiskers Plads 10, 6.
By : København S
Postnummer : 2300
Landespecifik underafdeling (NUTS) : Byen København ( DK011 )
Land : Danmark
Telefon : 70 23 90 60
Denne organisations roller :
Køber

8.1 ORG-0014

Officielt navn : Mercell Holding ASA
Registreringsnummer : 980921565
Postadresse : Askekroken 11
By : Oslo
Postnummer : 0277
Landespecifik underafdeling (NUTS) : Oslo ( NO081 )
Land : Norge
Kontaktpunkt : eSender
Telefon : +47 21018800
Fax : +47 21018801
Internetadresse : http://mercell.com/
Denne organisations roller :
TED eSender

11. Oplysninger om bekendtgørelsen

11.1 Oplysninger om bekendtgørelsen

Identifikator for bekendtgørelsen : a715c77a-93e8-4fa9-b17f-d83624fb0ddc - 01
Formulartype : Resultater
Bekendtgørelsestype : Bekendtgørelse om indgåede kontrakter eller koncessionstildeling – standardordningen
Afsendelsesdato for bekendtgørelsen : 28/08/2024 13:16 +00:00
Dato for afsendelse af bekendtgørelse (eSender) : 28/08/2024 14:00 +00:00
Sprog, som denne bekendtgørelse er officielt tilgængelig på : dansk engelsk

11.2 Oplysninger om offentliggørelsen

Bekendtgørelsesnummer : 00521637-2024
EUT-S-nummer : 169/2024
Offentliggørelsesdato : 30/08/2024