23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Energy Supply
Ingen binding eller kortoplysninger krævet
Gælder kun personlig abonnement.
Kontakt os for en virksomhedsløsning.
Annonce
Annonce

Fakta om udbudet

EU-nr
Offentliggjort
11.06.2025
Udbudstype
Andre

Udbyder

Sønderborg Varme A/S

Well Integrity Logging Services for geothermal wells


Sønderborg Varme A/S

375503-2025 - Competition
Denmark – Technical testing, analysis and consultancy services – Well Integrity Logging Services for geothermal wells
OJ S 110/2025 11/06/2025
Contract or concession notice – standard regime - Change notice
Services - Works
1. Buyer
1.1.
Buyer
Official name Sønderborg Varme A/S
Email loa@ramboll.dk
Activity of the contracting entity Production, transport or distribution of gas or heat
2. Procedure
2.1.
Procedure
Title Well Integrity Logging Services for geothermal wells
Description Sonderborg Varme is initiating the sourcing and tendering process for logging services (the WORK) as part of a well integrity assessment of two geothermal wells that are scheduled to be abandoned in 2026. Sonderborg Varme A/S is currently in preparation of planning the well integrity logging and it is expected to carry it out in September/October 2025. The service covered by this Request for Quotation (RFQ) is well integrity logging services covering: * Gauge cutter / junk basket: To drift the well and ensure no obstructions are encountered prior to performing the well integrity logging. * Cement Bond Log: To evaluate the quality of cement to casing bond, from surface down to top of reservoir. * Variable Density Log: To evaluate cement quality of the cement-to-formation bond, from surface down to top of reservoir. * Multi-Finger Caliper Log: To assess casing integrity (collapse, corrosion, scale) over the same interval. * Ultrasonic Log: Utilized to obtain detailed sectional images of the cement sheath quality and casing wall thickness, aiding in the detection of casing corrosion in the annulus, any micro-annuli or channels that could compromise well integrity.
Procedure identifier 8b6473e6-39e9-483f-b984-bfea695d78b4
Internal identifier 256392325
Type of procedure Open
The procedure is accelerated no
Main features of the procedure The tender procedure and award criteria is described in document 0. Well Integrity Logging - Instructions to bidder.The tender procedure is expected to be conducted in accordance with the following time schedule:The tender process will commence with the submission of the tender notice to the Official Journal of the European Union on May 12, 2025.The notice will be published on May 14, 2025, at 12:00. Interested parties may submit questions regarding the tender up until May 30, 2025, and responses to these questions will be provided no later than June 6, 2025.The deadline for receipt of initial tenders is June 23th, 2025, at 23:59.Negotiations with selected bidders are expected to take place between June 24 and June 27, 2025.Following this, the deadline for submission of the Best and Final Offer is July 3, 2025, at 23:59.The expected notification of the contract award will take place during week 27 of 2025.A mandatory standstill period of 10 days will follow.The contract is expected to be signed during week 29 or 30 of 2025.
2.1.1.
Purpose
Main nature of the contract Services
Additional nature of the contract Works
Main classification   ( cpv ):  71600000   Technical testing, analysis and consultancy services
Additional classification   ( cpv ):  76200000   Professional services for the oil industry
2.1.2.
Place of performance
Postal address Augustenborg Landevej 81    
Town Sønderborg
Postcode 6400
Country subdivision (NUTS) Sydjylland   ( DK032 )
Country Denmark
Additional information Initial bid - right to award Negotiations Final and best bid
2.1.4.
General information
Legal basis
Directive 2014/25/EU
2.1.6.
Grounds for exclusion
Analogous situation like bankruptcy under national law Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Corruption Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator. "
Arrangement with creditors Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Participation in a criminal organisation Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Money laundering or terrorist financing Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Insolvency Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Purely national exclusion grounds Other exclusion grounds that may be foreseen in the national legislation of the contracting authority's or contracting entity's Member State. Has the economic operator breached its obligations relating to the purely national grounds of exclusion, which are specified in the relevant notice or in the procurement documents?
Conflict of interest due to its participation in the procurement procedure Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Payment of social security contributions Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Payment of taxes Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
5. Lot
5.1.
Lot LOT-0000
Title Well Integrity Logging Services for geothermal wells
Description Sonderborg Varme is initiating the sourcing and tendering process for logging services (the WORK) as part of a well integrity assessment of two geothermal wells that are scheduled to be abandoned in 2026. Sonderborg Varme A/S is currently in preparation of planning the well integrity logging and it is expected to carry it out in September/October 2025. The service covered by this Request for Quotation (RFQ) is well integrity logging services covering: * Gauge cutter / junk basket: To drift the well and ensure no obstructions are encountered prior to performing the well integrity logging. * Cement Bond Log: To evaluate the quality of cement to casing bond, from surface down to top of reservoir. * Variable Density Log: To evaluate cement quality of the cement-to-formation bond, from surface down to top of reservoir. * Multi-Finger Caliper Log: To assess casing integrity (collapse, corrosion, scale) over the same interval. * Ultrasonic Log: Utilized to obtain detailed sectional images of the cement sheath quality and casing wall thickness, aiding in the detection of casing corrosion in the annulus, any micro-annuli or channels that could compromise well integrity.
Internal identifier 256392325
5.1.1.
Purpose
Main nature of the contract Services
Additional nature of the contract Works
Main classification   ( cpv ):  71600000   Technical testing, analysis and consultancy services
Additional classification   ( cpv ):  76200000   Professional services for the oil industry
5.1.2.
Place of performance
Postal address Augustenborg Landevej 81    
Town Sønderborg
Postcode 6400
Country subdivision (NUTS) Sydjylland  ( DK032 )
Country Denmark
Additional information Initial bid - right to award Negotiations Final and best bid
5.1.3.
Estimated duration
Duration 12   Months
5.1.4.
Renewal
Maximum renewals 0
5.1.6.
General information
Reserved participation Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)no
5.1.9.
Selection criteria
Criterion
Type Economic and financial standing
Name General yearly turnover
Description Its general yearly turnover for the number of financial years required in the relevant notice, the procurement documents or the ESPD is as follows:
Use of this criterion Not used

Criterion
Type Economic and financial standing
Name Average yearly turnover
Description Its average yearly turnover for the number of years required in the relevant notice, the procurement documents or the ESPD is as follows:
Use of this criterion Not used

Criterion
Type Economic and financial standing
Name Specific yearly turnover
Description Its specific yearly turnover in the business area covered by the contract for the number of financial years required in the relevant notice, the procurement documents or the ESPD is as follows:
Use of this criterion Not used

Criterion
Type Economic and financial standing
Name Specific average turnover
Description Its specific average yearly turnover in the business area covered by the contract for the number of years required in the relevant notice, the procurement documents or the ESPD is as follows:
Use of this criterion Not used

Criterion
Type Economic and financial standing
Name Set up of economic operator
Description In case the information concerning turnover (general or specific) is not available for the entire period required, please state the date on which the economic operator was set up or started trading:
Use of this criterion Not used

Criterion
Type Economic and financial standing
Name Financial ratio
Description Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares that the actual values for the required ratios are as follows:
Use of this criterion Not used

Criterion
Type Economic and financial standing
Name Professional risk indemnity insurance
Description The insured amount in its professional risk indemnity insurance is the following:
Use of this criterion Not used

Criterion
Type Economic and financial standing
Name Other economic or financial requirements
Description Concerning the other economic or financial requirements, if any, that may have been specified in the relevant notice or the procurement documents, the economic operator declares that:
Use of this criterion Not used

Criterion
Type Other
Name Certificates by independent bodies about quality assurance standards
Description Will the economic operator be able to produce certificates drawn up by independent bodies attesting that the economic operator complies with the required quality assurance standards, including accessibility for disabled persons?
Use of this criterion Not used

Criterion
Type Other
Name Certificates by independent bodies about environmental management systems or standards
Description Will the economic operator be able to produce certificates drawn up by independent bodies attesting that the economic operator complies with the required environmental management systems or standards?
Use of this criterion Not used

Criterion
Type Suitability to pursue the professional activity
Name Enrolment in a relevant professional register
Description It is enrolled in relevant professional registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion Not used

Criterion
Type Suitability to pursue the professional activity
Name Enrolment in a trade register
Description It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion Not used

Criterion
Type Suitability to pursue the professional activity
Name For service contracts: authorisation of particular organisation needed
Description Is a particular authorisation of a particular organisation needed in order to be able to perform the service in question in the country of establishment of the economic operator?
Use of this criterion Not used

Criterion
Type Suitability to pursue the professional activity
Name For service contracts: membership of particular organisation needed
Description Is a particular membership of a particular organisation needed in order to be able to perform the service in question in the country of establishment of the economic operator?
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name For service contracts: performance of services of the specified type
Description For public service contracts only: During the reference period, the economic operator has provided the following main services of the type specified. Contracting authorities may require up to three years and allow experience dating from more than three years.
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Technicians or technical bodies for quality control
Description It can call upon the following technicians or technical bodies, especially those responsible for quality control. For technicians or technical bodies not belonging directly to the economic operator's undertaking but on whose capacities the economic operator relies as set out under Part II, Section C, separate ESPD forms must be filled in.
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Technical facilities and measures for ensuring quality
Description It uses the following technical facilities and measures for ensuring quality and its study and research facilities are as follows:
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Study and research facilities
Description It uses the following study and research facilities:
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Supply chain management
Description It will be able to apply the following supply chain management and tracking systems when performing the contract:
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Allowance of checks
Description For complex products or services to be supplied or, exceptionally, for products or services which are required for a special purpose: The economic operator will allow checks to be conducted on the production capacities or the technical capacity of the economic operator and, where necessary, on the means of study and research which are available to it and on the quality control measures? The check is to be performed by the contracting authority or, in case the latter consents to this, on its behalf by a competent official body of the country in which the supplier or service provider is established.
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Educational and professional qualifications
Description The following educational and professional qualifications are held by the service provider or the contractor itself, and/or (depending on the requirements set out in the relevant notice or the procurement documents) by its managerial staff.
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Environmental management measures
Description The economic operator will be able to apply the following environmental management measures when performing the contract:
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Number of managerial staff
Description The economic operator's number of managerial staff for the last three years were as follows:
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Average annual manpower
Description The economic operator's average annual manpower for the last three years were as follows:
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Tools, plant or technical equipment
Description The following tools, plant or technical equipment will be available to it for performing the contract:
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Subcontracting proportion
Description The economic operator intends possibly to subcontract the following proportion (i.e. percentage) of the contract. Please note that if the economic operator has decided to subcontract a part of the contract and relies on the subcontractor's capacities to perform that part, then please fill in a separate ESPD for such subcontractors, see Part II, Section C above.
Use of this criterion Not used
5.1.10.
Award criteria
Criterion
TypePrice
Name Price (30%)
Description Prices must be stated in the attached document “Well Integrity Logging – Section III – Remuneration (Pricing Schedule) (Excel Sheet) and the defined pricing elements must be completed. Price must be stated in Euro (EUR) and exclusive of VAT but inclusive of all other expenses associated with the services.
Criterion
TypeQuality
Name Services (20%)
Description Detailed technical specification and presentation of all equipment including wireline unit, requested logging tools and interpretation reports required to meet the Scope of Work. Evaluation will be based on the submitted documentation such as: * availability of equipment. * type of equipment. * dimensions of equipment. * tool/equipment drawings. * photos. * overview of interpretation services. * examples of data interpretation
Criterion
TypeQuality
Name Experience (20%)
Description Experience from similar onshore work within continental Europe for Well Integrity Logging. Evaluation will be based on the submitted documentation such as: *overview of relevant work, including date/period, country and scope of work. * case studies showing data interpretation of similar logs. * safety statistics for the past two years of onshore operations including HSE targets.
Criterion
TypeQuality
Name Organisation (20%)
Description Organisation and technical competency for providing project planning, operational support and interpretation of obtained data. Assessment of compliance with HSE requirements, demonstrating safe working routines and performance in accordance with tender requirements. Evaluation will be based on the submitted documentation such as: *organisation chart including CVs for key personnel (operations manager and wireline engineers) and overview of technical competency. * overview of HSE Management System, Quality Management System and Training Procedure. * Details about contractor base and place of deployment for equipment/personnel. * required manning level to perform the service.
Criterion
TypeQuality
Name Contract (10%)
Description Deviations to the proposed contractual documents: * Well Integrity Logging – Section I – Form of Agreement. * Well Integrity Logging – Section II – Conditions of Contract. * Well Integrity Logging – Section III – Remuneration. * Well Integrity Logging – Section III – Remuneration (Pricing Schedule) (Excel Sheet). * Well Integrity Logging – Section IV – Scope of Work. * Well Integrity Logging – Section V – HSE. The proposed deviations should be explicit, include references and with clear explanation. Evaluation will be based on the submitted deviations, and it is noted that any deviations may lead to a reduction to the score depending on the content, clarity and consequence. An overall evaluation will be made based on this. No deviations will result in the maximum score of ten (10).
Description of the method to be used if weighting cannot be expressed by criteria Price and quality - see Instructions to bidder.
5.1.11.
Procurement documents
Languages in which the procurement documents are officially available English
Deadline for requesting additional information 30/05/2025   21:59:00 (UTC) Western European Time, GMT
Address of the procurement documents https://permalink.mercell.com/256392325.aspx
5.1.12.
Terms of procurement
Terms of submission
Electronic submission Required
Languages in which tenders or requests to participate may be submitted English
Electronic catalogue Not allowed
Variants Not allowed
Tenderers may submit more than one tender Not allowed
Deadline for receipt of tenders 23/06/2025   21:59:00 (UTC) Western European Time, GMT
Deadline until which the tender must remain valid 2   Months
Information about public opening
Opening date 23/06/2025   21:59:00 (UTC) Western European Time, GMT
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 Due to tender documents
Electronic invoicing Allowed
Electronic ordering will be used no
Financial arrangement Not applicable
5.1.15.
Techniques
Framework agreement
No framework agreement
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 - Nævnenes Hus
Information about review deadlines : I henhold til LBK nr. 593 af 2.6.2016 om Klagenævnet for Udbud med senere ændringer, gælder følgende frister for indgivelse af klage: Klage over udbud eller beslutninger omfattet af udbudslovens afsnit II, som ikke er omfattet af lovens stk. 1, skal, jf. lovens § 7, stk. 2, være indgivet til Klagenævnet for Udbud inden: 45 kalenderdage efter at ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt. Fristen regnes fra dagen efter den dag, hvor bekendtgørelsen er blevet offentliggjort; 30 kalenderdage regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte tilbudsgivere om, at en kontrakt baseret på en rammeaftale med genåbning af konkurrencen eller et dynamisk indkøbssystem er indgået, hvis underretningen har angivet en begrundelse for beslutningen; 6 måneder efter at ordregiveren har indgået en rammeaftale regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte ansøgere og tilbudsgivere, jf. § 2, stk. 2, eller udbudslovens § 171, stk. 4; 20 kalenderdage regnet fra dagen efter at ordregiveren har meddelt sin beslutning, jf. udbudslovens § 185, stk. 2, 2. pkt. Har en ordregiver fulgt proceduren i lovens § 4, for at sikre, at en kontrakt ikke erklæres for uden virkning, jf. lovens § 7, stk. 3, skal en klage over, at ordregiveren i strid med udbudsdirektivet har indgået en kontrakt uden forudgående offentliggørelse af en udbudsbekendtgørelse i Den Europæiske Unions Tidende, være indgivet til Klagenævnet for Udbud inden 30 kalenderdage regnet fra dagen efter den dag, hvor ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt, forudsat at bekendtgørelsen indeholder begrundelsen for ordregiverens beslutning om at tildele kontrakten uden forudgående offentliggørelse af en udbudsbekendtgørelse i Den Europæiske Unions Tidende. Senest samtidig med at en klage indgives til Klagenævnet for Udbud, skal klageren, jf. lovens § 6, stk. 4, skriftligt underrette ordregiveren om, at klage indgives til Klagenævnet for Udbud, og om, hvorvidt klagen er indgivet i standstill-perioden, jf. § 3, stk. 1 eller 2, eller i den periode på 10 kalenderdage, som er fastsat i § 4, stk. 1, nr. 2. I tilfælde, hvor klagen ikke er indgivet i de nævnte perioder, skal klageren tillige angive, hvorvidt der begæres opsættende virkning, jf. lovens § 12, stk. 1.
Organisation providing additional information about the procurement procedure Sønderborg Varme A/S
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
TED eSender Mercell Holding ASA
8. Organisations
8.1.
ORG-0001
Official name Sønderborg Varme A/S
Registration number 32648541
Postal address Nørrekobbel 54
Town Sønderborg
Postcode 6400
Country subdivision (NUTS) Sydjylland  ( DK032 )
Country Denmark
Contact point Louise Åstrøm
Email loa@ramboll.dk
Telephone +45 73435000
Internet address https://www.sonderborg-varme.dk/
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
8.1.
ORG-0002
Official name Klagenævnet for Udbud - Nævnenes Hus
Registration number 37795526
Postal address Toldboden 2
Town Viborg
Postcode 8800
Country subdivision (NUTS) Vestjylland  ( DK041 )
Country Denmark
Telephone +45 72405600
Fax +45 33307799
Internet address http://www.naevneneshus.dk
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
Email kfst@kfst.dk
Telephone +45 41715000
Fax +45 41715100
Internet address http://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
10. Change
Version of the previous notice to be changed 2ba9e38d-16f7-4829-8428-e026b00f6bf1-01
Main reason for change Information updated
Description New due dat
10.1.
Change
Section identifier PROCEDURE
10.1.
Change
Section identifier LOT-0000
Notice information
Notice identifier/version a7ee163e-ecf7-4a62-85e8-716cec0cd0e3   -   01
Form type Competition
Notice type Contract or concession notice – standard regime
Notice subtype 17
Notice dispatch date 10/06/2025   07:16:32 (UTC) Western European Time, GMT
Notice dispatch date (eSender) 10/06/2025   07:16:50 (UTC) Western European Time, GMT
Languages in which this notice is officially available English
Notice publication number 375503-2025
OJ S issue number 110/2025
Publication date 11/06/2025
Annonce Annonce
BREAKING
{{ article.headline }}
0.031|