Framework Agreement on the supply of coins 2025-2028 to Danmarks Nationalbank

Danmarks Nationalbank is the central bank of Denmark, which is an independent, self-governing institution established by law. One of our main objectives is promoting safe settlement of cash and electronic payments. This is done by issuing banknotes and coins and ensuring that payments can be settled between banks. Danmarks Nationalbank …

CPV: 18512100 Monedas, 79822500 Servicios de diseño gráfico
Plazo:
8 de noviembre de 2024 a las 11:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework Agreement on the supply of coins 2025-2028 to Danmarks Nationalbank
Organismo adjudicador:
Danmarks Nationalbank
Número de premio:
TS 223743

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 supply of coins 2025-2028 to Danmarks Nationalbank
Description : Danmarks Nationalbank is the central bank of Denmark, which is an independent, self-governing institution established by law. One of our main objectives is promoting safe settlement of cash and electronic payments. This is done by issuing banknotes and coins and ensuring that payments can be settled between banks. Danmarks Nationalbank has an exclusive right to issue Danish coins as legal tender within the territory of Denmark including the Faroe Islands and Greenland. It is also within our competence to determine the denomination and design of the coins as well as the amount of coins that are to be issued. The monetary unit in Denmark is the Danish krone, which is divided into one hundred øre. The current denominations of Danish Circulation Coins are 50 øre, 1 krone, 2 kroner, 5 kroner, 10 kroner and 20 kroner. In addition to Circulation Coins, the Customer issues Commemorative Circulation Coins for special occasions. The purpose of the Framework Agreement is to establish a relation with a supplier that can produce and deliver Danish Circulation Coins (legal tender) and, Commemorative Circulation Coins, including the necessary tools. The Framework Agreement covers the right for Danmarks Nationalbank to, at its sole discretion, to order Coins including annual updates (new issuing year) as well. The Supplier is responsible for all production steps in the production of Coins and of secure packaging and safe transportation of the Coins to the delivery place designated by Danmarks Nationalbank. Danmarks Nationalbank shall provide the assistance and expertise to realize the new design for the relevant five (5) denominations into Circulation Coins before the first production of Coins. If Danmarks Nationalbank during the Term of the Framework Agreement decides to develop Commemorative Circulation Coins, the Supplier shall be able to assist the Customer with design and origination work hereof.
Procedure identifier : c9923bc5-bd7f-4f9e-bfa1-60a20eb89992
Internal identifier : TS 223743
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 18512100 Coins
Additional classification ( cpv ): 79822500 Graphic design services

2.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 17 000 000 Euro
Maximum value of the framework agreement : 20 000 000 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 tender documents, the tenderer must be registered or register as a user. If the tender contains several versions of the same document, the latest uploaded version will apply. 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 28 October 2024, 23.30 CET. 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 tenderer encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com , or telephone (+45) 70 20 80 14. The tenderer must submit an ESPD with the tender 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 tenderer 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 tenderer is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The tenderer heading the group and submitting the tender is not required to sign its ESPD document. If the tenderer relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which the tenderer 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 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 tenderers established in the country holding the official list. It should be noted that the amount is an estimate of the expected value for the entire term of the framework agreement, including the price of all options and extensions. The estimate is based on historical prices, regulated with current index as well as an estimate of the upcomming needs. The price is also stated inclusive costs of metal. The maximum value is estimated as 20.000.000,00 EURO. The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the framework agreement. 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 estimated 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 only to a certain degree guaranteed a minimum purchase under the framework agreement, and the estimate therefore implies only limited 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 either the price of metal or an increase in the need for coins in Denmark. 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. Appendix 6 (Security) of the tender documents is withheld due to security considerations. Interested tenderers can aquire the appendix by sending af message to the contracting authority in the tendering system. The message shall be accompanied by information on at least one reference, where the company has delivered circulation coins to a central bank. Only companies that can document experience with delivery of circulation coins to a central bank, are eligible to receive the document. The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that 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 subject to the prohibition). The contracting entity reserves the right at any time during the tender process to require documentation from the economic operators proving that they are not subject to the prohibition, for example by requiring a declaration to this effect and/or documentation of the place of establishment and ownership of the economic operators and any subcontractors. It should be noted that the indicated term of the contract will commence on signature of the framework agreement.
Legal basis :
Directive 2014/24/EU
The Danish Public Procurement Act (Act No. 1564 of 15 December 2015 as amended), which implements the Public Procurement Directive (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

Analogous situation like bankruptcy under national law : see section 137(1), para (2) of the Danish Public Procurement Act.
Bankruptcy : see section 137(1), para (2) of the Danish Public Procurement Act.
Corruption : see section 135(1), para (2) of the Danish Public Procurement Act.
Arrangement with creditors : see section 137(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
Insolvency : see section 137(1), para (2) of the Danish Public Procurement Act.
Assets being administered by liquidator : see section 137(1), para (2) 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
Purely national exclusion grounds : The economic operator is established in a country which is included in the EU-list of non-cooperative jurisdictions for tax purposes and has not acceded to the GPA or other trade agreements, see section 134 a 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.
Payment of social security contributions : see section 135(3) of the Danish Public Procurement Act
Business activities are suspended : see section 137(1), para (2) 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 supply of coins 2025-2028 to Danmarks Nationalbank
Description : Danmarks Nationalbank is the central bank of Denmark, which is an independent, self-governing institution established by law. One of our main objectives is promoting safe settlement of cash and electronic payments. This is done by issuing banknotes and coins and ensuring that payments can be settled between banks. Danmarks Nationalbank has an exclusive right to issue Danish coins as legal tender within the territory of Denmark including the Faroe Islands and Greenland. It is also within our competence to determine the denomination and design of the coins as well as the amount of coins that are to be issued. The monetary unit in Denmark is the Danish krone, which is divided into one hundred øre. The current denominations of Danish Circulation Coins are 50 øre, 1 krone, 2 kroner, 5 kroner, 10 kroner and 20 kroner. In addition to Circulation Coins, the Customer issues Commemorative Circulation Coins for special occasions. The purpose of the Framework Agreement is to establish a relation with a supplier that can produce and deliver Danish Circulation Coins (legal tender) and, Commemorative Circulation Coins, including the necessary tools. The Framework Agreement covers the right for Danmarks Nationalbank to, at its sole discretion, to order Coins including annual updates (new issuing year) as well. The Supplier is responsible for all production steps in the production of Coins and of secure packaging and safe transportation of the Coins to the delivery place designated by Danmarks Nationalbank. Danmarks Nationalbank shall provide the assistance and expertise to realize the new design for the relevant five (5) denominations into Circulation Coins before the first production of Coins. If Danmarks Nationalbank during the Term of the Framework Agreement decides to develop Commemorative Circulation Coins, the Supplier shall be able to assist the Customer with design and origination work hereof.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 18512100 Coins
Additional classification ( cpv ): 79822500 Graphic design services
Options :
Description of the options : As a voluntary option, the Framework agreement includes the possibility for the Customer to instigate re-use of metal from used coins in the production of new coins, if offered by the tenderer. The Framework agreement includes the possibility for the Customer to receive the coins packed in paper rolls. Finaly the agreeement includes the option of purchasing assistance with design.

5.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 17 000 000 Euro
Maximum value of the framework agreement : 20 000 000 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
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 tender documents, the tenderer must be registered or register as a user. If the tender contains several versions of the same document, the latest uploaded version will apply. 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 28 October 2024, 23.30 CET. 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 tenderer encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com , or telephone (+45) 70 20 80 14. The tenderer must submit an ESPD with the tender 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 tenderer 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 tenderer is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The tenderer heading the group and submitting the tender is not required to sign its ESPD document. If the tenderer relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which the tenderer 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 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 tenderers established in the country holding the official list. It should be noted that the amount is an estimate of the expected value for the entire term of the framework agreement, including the price of all options and extensions. The estimate is based on historical prices, regulated with current index as well as an estimate of the upcomming needs. The price is also stated inclusive costs of metal. The maximum value is estimated as 20.000.000,00 EURO. The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the framework agreement. 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 estimated 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 only to a certain degree guaranteed a minimum purchase under the framework agreement, and the estimate therefore implies only limited 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 either the price of metal or an increase in the need for coins in Denmark. 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. Appendix 6 (Security) of the tender documents is withheld due to security considerations. Interested tenderers can aquire the appendix by sending af message to the contracting authority in the tendering system. The message shall be accompanied by information on at least one reference, where the company has delivered circulation coins to a central bank. Only companies that can document experience with delivery of circulation coins to a central bank, are eligible to receive the document. The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that 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 subject to the prohibition). The contracting entity reserves the right at any time during the tender process to require documentation from the economic operators proving that they are not subject to the prohibition, for example by requiring a declaration to this effect and/or documentation of the place of establishment and ownership of the economic operators and any subcontractors. It should be noted that the indicated term of the contract will commence on signature of the framework agreement.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The total annual turnover in each of the three latest financial years.
Description : The tenderer must submit the European Single Procurement Document ("ESPD") with the following information. − The tenderer's total annual turnover in the three latest financial years available. In this procedure, the tenderer may rely on the economic and financial capacity of other operators to fulfil the suitability requirements. The operator(s) making its/their economic and financial capacity available to the tenderer must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications. If the tenderer relies on the economic and financial capacity of other entities in relation to the fulfilment of minimum suitability requirements, see below, the tenderer and the entities in question will be required by the contracting entity to undertake joint and several liability for the performance of the contract. The ESPD serves as provisional documentation that the tenderer fulfils the minimum suitability requirements in respect of economic and financial 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. Upon the contracting entity's request, the following documentation of economic and financial capacity must be submitted: A statement regarding the operator's overall turnover in the three latest annual report(s)/financial statement(s) available, depending on when the operator was established or started trading if the figures for this turnover are available. For groups of operators (e.g. a consortium), the information in the three latest annual report(s)/financial statement(s) available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g., a parent company, a sister company or a subcontractor), information for such other entities must be provided as well. Minimum requirement: As a minimum requirement, a total annual turnover of at least EUR 5 million is required in each of the three latest annual report(s)/financial statement(s) available. If the tenderer relies on the capacities of other entities, the turnover is to be calculated as the total turnover of the tenderer and such other entities in each of the three latest annual report(s)/financial statement(s) available. For groups of operators (e.g., a consortium), the turnover is calculated as the total turnover of the operators in each of the three latest annual report(s)/financial statement(s) available. The information is to be stated in section IV.B of the ESPD.
Criterion :
Type : Other
Name : Quality assurance standard.
Description : The tenderer must submit the ESPD with the following information: Information on the candidates quality assurance standard. The ESPD serves as provisional documentation that the tenderer fulfils the minimum suitability requirements in respect of technical and professional capacity. Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate. The tenderer shall with the tender provide documentation stating that the tenderer complies with ISO 9001:2015 or a similar quality assurance standard that requires the implementation of a quality management system. The compliance shall be certified by an independent body. Minimum Requirement: As a minimum requirement, the tenderer shall be compliant with a quality assurance standard that requires the implementation of a quality management system equivalent to ISO 9001:2015 attested by an independent body. If the candidate consists of a joint group of suppliers (e.g. a consortium) all the participating parties of the consortium shall fulfil the minimum requirement as regards the quality assurance standard.
Criterion :
Type : Suitability to pursue the professional activity
Criterion :
Type : Technical and professional ability
Name : References.
Description : The tenderer must submit the ESPD with the following information: A list of up to 5 of the most significant deliverables of circulation coins that the tenderer has carried out in the latest 3 years before the expiry of the deadline for submission of tender. Only references relating to supplies carried out at the time of submission of tender will be given importance 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 task, only the part of the supplies already performed at the time of submission of tender 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 type of coins that was delivered, preferably indicating denomination and volume. The reference is furthermore requested to include the financial value of the delivery/agreement with the Customer (amount), the date of delivery and the name of the customer (recipient). When indicating the date of the delivery, the tenderer 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 tenderer is asked to indicate how the date is specified. No more than 5 references may be stated, irrespective of whether the tenderer is a single operator, whether the tenderer 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 tenderer 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 tenderer must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications. The ESPD serves as provisional documentation that the tenderer fulfils the minimum suitability requirements in respect of technical and professional capacity. Before the award decision is made, the tenderer 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 tenderer. However, the contracting entity reserves the right to contact the tenderer 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, the tenderer shall provide 2 references stating that the tenderer has produced circulation coins (legal tender) to at least 2 different central banks in at least 2 different currencies during the last 3 years. References on the delivery of EUR coins to 2 different central banks will be regarded as 1 currency, despite the fact that they are delivered to different central banks. If the candidate consists of a joint group of suppliers (e.g. a consortium) each participating party is not required to fulfil the minimum requirement as regards the references.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Please refer to Appendix A to the tender specifications.
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Quality
Description : Please refer to Appendix A to the tender specifications.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Corporate Social Responsibility
Description : Please refer to Appendix A to the tender specifications.
Weight (percentage, exact) : 30
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

Access to certain procurement documents is restricted
Justification for restricting access to certain procurement documents : Protection of particularly sensitive information
Deadline for requesting additional information : 28/10/2024 22:30 +00:00
Information about restricted documents is available at : https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=411992&B=

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
Deadline for receipt of tenders : 08/11/2024 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 08/11/2024 11:00 +00:00
Place : The electronic tendering system.
Additional information : The tenders will be opened in the electronic tendering system. Tenderers are not allowed to attend the opening of tenders.
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. If the contract is awarded to a group of operators (such as a consortium), the participants of the group must undertake joint and several liability and appoint a joint representative.
A non-disclosure agreement is required : yes
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes
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: 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/.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Konkurrence- og Forbrugerstyrelsen
TED eSender : Mercell Holding ASA

8. Organisations

8.1 ORG-0001

Official name : Danmarks Nationalbank
Registration number : 61092919
Postal address : Langelinie Allé 47
Town : København Ø
Postcode : 2100
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : DN - Astrid Jepsen
Telephone : +45 33636035
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 41715000
Roles of this organisation :
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

8.1 ORG-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

11. Notice information

11.1 Notice information

Notice identifier/version : 38468ff2-49f1-4457-9a43-6072e673249c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/09/2024 12:21 +00:00
Notice dispatch date (eSender) : 11/09/2024 16:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00552068-2024
OJ S issue number : 179/2024
Publication date : 13/09/2024