Deutschland – Dienstleistungen in Landwirtschaft, Forstwirtschft, Gartenbau, Aquakultur und Bienenzucht – Gardening Services

559319-2025 - Wettbewerb
Deutschland – Dienstleistungen in Landwirtschaft, Forstwirtschft, Gartenbau, Aquakultur und Bienenzucht – Gardening Services
OJ S 163/2025 27/08/2025
Auftrags- oder Konzessionsbekanntmachung – Standardregelung
Dienstleistungen

1. Beschaffer

1.1.
Beschaffer
Offizielle Bezeichnung: Ministry of Foreign Affairs of Denmark, the Danish Embassy in Berlin
E-Mail: pethom@um.dk
Rechtsform des Erwerbers: Zentrale Regierungsbehörde
Tätigkeit des öffentlichen Auftraggebers: Allgemeine öffentliche Verwaltung

2. Verfahren

2.1.
Verfahren
Titel: Gardening Services
Beschreibung: The Ministry of Foreign Affairs of Denmark, the Danish Embassy in Berlin (the contracting authority) is looking for a supplier to provide comprehensive, regular maintenance of the Ambassador Residence's outdoor areas in Berlin. The subject of the Contract is the residence's outdoor areas, hereof mainly the garden. The tasks range from gardening and technical maintenance of the outside grounds and facilities to minor construction work and pest control, all including procurement, delivering and installation. The Garden was laid out in 1919 and is under monument protection. It covers approximately 3.000 square metres and consists of lawns, flower beds, fruit trees, gravel paths, and a fountain.
Kennung des Verfahrens: b576b628-ebc0-4fe1-a9ea-542cae5f7eee
Verfahrensart: Offenes Verfahren
Das Verfahren wird beschleunigt: nein
2.1.1.
Zweck
Art des Auftrags: Dienstleistungen
Haupteinstufung (cpv): 77000000 Dienstleistungen in Landwirtschaft, Forstwirtschft, Gartenbau, Aquakultur und Bienenzucht
Zusätzliche Einstufung (cpv): 77311000 Pflegearbeiten für Ziergärten und Parks
2.1.2.
Erfüllungsort
Postanschrift: Podbielskiallee 34
Stadt: Berlin
Postleitzahl: 14195
Land, Gliederung (NUTS): Berlin (DE300)
Land: Deutschland
2.1.3.
Wert
Geschätzter Wert ohne MwSt.: 200 000,00 EUR
2.1.4.
Allgemeine Informationen
Zusätzliche Informationen: The tendered contract has not been divided into lots, see section 49(2) of the Danish Public Procurement Act, due to the nature of the contract, market and economic considerations as well as minimization of administration. The contracting authority shall in accordance with section 134 a of the Danish Public Procurement Act exclude economic operators established in a country stated on the EU list of non-cooperative jurisdictions for tax purposes and which is not a party to the WTO Government Procurement Agreement or any other binding for Denmark free-trade agreement. The tenderer must complete and submit the ESPD as preliminary proof of compliance with the requirements set out in section 148(1)(i)-(iii) of the Danish Public Procurement Act. Prior to the decision on award of the contract, documentation of the information provided in the ESPD must be submitted, see sections 151 and 152 of the Danish Public Procurement Act. By way of documentation that a tenderer does not fall within the scope of one of the grounds for exclusion set out in section 135(1) and (3) and section 137(1)(ii), the following must be provided in accordance with section 153 of the Danish Public Procurement Act: - an extract from a relevant register or an equivalent document showing that the tenderer is not encompassed by section 135(1) and a certificate proving that the tenderer does not fall within section 135(3) and section 137(1)(ii); - where the country in question does not issue such documentation, or where these do not cover all the cases specified in section 135(1) or (3) and section 137(1) (ii), they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made before a competent judicial authority etc. For Danish tenderers, documentation may be provided in the form of a service certificate. Where a tenderer, one or more members of a group or other entities are from another EU/EEA country, such entity must generally provide the types of documentation specified in e-Certis. The contracting authority can however request a tenderer for further documentation and examine such obtained documentation, if the contracting authority considers this being necessary for the correct conduction of the procurement procedure. The tenderer shall not provide documentation for not being subject to the mandatory ground for exclusion set out in section 134 a. For other grounds for exclusion in the Danish Public Procurement Act than stated above, the contracting authority must demonstrate or have sufficiently plausible indications to conclude that one of the grounds for exclusion applies to the tenderer. A tenderer to whom a ground for exclusion applies is excluded from participating in the procurement process, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act, except for the ground for exclusion in section 134 a, where the tenderer does not have the possibility to document reliability. The contracting authority may only exclude a tenderer, if the contracting authority has informed the concerned tenderer that it is subject to a ground for exclusion and if the tenderer has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning), or if the provided documentation is not considered sufficient to document reliability. For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act. The contracting authority shall also exclude economic operators, which are subject to EU sanctions in accordance with EU regulation 833/2014 with later amendments, Article 5k. The contracting authority will hold an information meeting and an inspection of the place of performance for potential tenderers. For more information see the tender conditions section 3.4 (Information meeting and Inspection).
Rechtsgrundlage:
Richtlinie 2014/24/EU
2.1.6.
Ausschlussgründe
Der Zahlungsunfähigkeit vergleichbare Lage gemäß nationaler Rechtsvorschriften: 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.
Konkurs: 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.
Korruption: 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.
Vergleichsverfahren: 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.
Beteiligung an einer kriminellen Vereinigung: 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).
Geldwäsche oder Terrorismusfinanzierung: 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).
Betrugsbekämpfung: 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).
Kinderarbeit und andere Formen des Menschenhandels: 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).
Zahlungsunfähigkeit: 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.
Verwaltung der Vermögenswerte durch einen Insolvenzverwalter: Are the assets of the economic operator being administered by a liquidator or by the court? 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.
Falsche Angaben, verweigerte Informationen, die nicht in der Lage sind, die erforderlichen Unterlagen vorzulegen, und haben vertrauliche Informationen über dieses Verfahren erhalten.: 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, and d) 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?
Interessenkonflikt aufgrund seiner Teilnahme an dem Vergabeverfahren: 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?
Direkte oder indirekte Beteiligung an der Vorbereitung des Vergabeverfahrens: 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?
Schwere Verfehlung im Rahmen der beruflichen Tätigkeit: Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Zahlung der Sozialversicherungsbeiträge: 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?
Entrichtung von Steuern: 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?
Terroristische Straftaten oder Straftaten im Zusammenhang mit terroristischen Aktivitäten: 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. Los

5.1.
Los: LOT-0000
Titel: Gardening Services
Beschreibung: The Ministry of Foreign Affairs of Denmark, the Danish Embassy in Berlin (the contracting authority) is looking for a supplier to provide comprehensive, regular maintenance of the Ambassador Residence's outdoor areas in Berlin. The subject of the Contract is the residence's outdoor areas, hereof mainly the garden. The tasks range from gardening and technical maintenance of the outside grounds and facilities to minor construction work and pest control, all including procurement, delivering and installation. The Garden was laid out in 1919 and is under monument protection. It covers approximately 3.000 square metres and consists of lawns, flower beds, fruit trees, gravel paths, and a fountain.
5.1.1.
Zweck
Art des Auftrags: Dienstleistungen
Haupteinstufung (cpv): 77000000 Dienstleistungen in Landwirtschaft, Forstwirtschft, Gartenbau, Aquakultur und Bienenzucht
Zusätzliche Einstufung (cpv): 77311000 Pflegearbeiten für Ziergärten und Parks
Optionen:
Beschreibung der Optionen: The contracting authority has the right purchase flowers, plants and trees under the Contract. The flowers, plants and trees cannot be specified in advance and will be decided on order by the the contracting authority. All flowers, plants and trees purchased shall be offered to list prices compared to local nurseries, plant shops etc. The contracting authority can require documentation hereof, if relevant. The supplier will be reimbursed the price of the specific flower, plant or tree. The contracting authority has the right to purchase flowers, plants and trees for a volume of DKK 200.000 under the duration of the Contract.
5.1.2.
Erfüllungsort
Postanschrift: Podbielskiallee 34
Stadt: Berlin
Postleitzahl: 14195
Land, Gliederung (NUTS): Berlin (DE300)
Land: Deutschland
5.1.3.
Geschätzte Dauer
Laufzeit: 2 Jahre
5.1.4.
Verlängerung
Maximale Verlängerungen: 2
Weitere Informationen zur Verlängerung: The the contracting authority has an option to extend the Contract two (2) times by one (1) year on unchanged terms.
5.1.5.
Wert
Geschätzter Wert ohne MwSt.: 200 000,00 EUR
5.1.6.
Allgemeine Informationen
Vorbehaltene Teilnahme: Teilnahme ist nicht vorbehalten.
Die Namen und beruflichen Qualifikationen des zur Auftragsausführung eingesetzten Personals sind anzugeben: Nicht erforderlich
Auftragsvergabeprojekt nicht aus EU-Mitteln finanziert
Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen: ja
Diese Auftragsvergabe ist auch für kleine und mittlere Unternehmen (KMU) geeignet: ja
Zusätzliche Informationen: The tendered contract has not been divided into lots, see section 49(2) of the Danish Public Procurement Act, due to the nature of the contract, market and economic considerations as well as minimization of administration. The contracting authority shall in accordance with section 134 a of the Danish Public Procurement Act exclude economic operators established in a country stated on the EU list of non-cooperative jurisdictions for tax purposes and which is not a party to the WTO Government Procurement Agreement or any other binding for Denmark free-trade agreement. The tenderer must complete and submit the ESPD as preliminary proof of compliance with the requirements set out in section 148(1)(i)-(iii) of the Danish Public Procurement Act. Prior to the decision on award of the contract, documentation of the information provided in the ESPD must be submitted, see sections 151 and 152 of the Danish Public Procurement Act. By way of documentation that a tenderer does not fall within the scope of one of the grounds for exclusion set out in section 135(1) and (3) and section 137(1)(ii), the following must be provided in accordance with section 153 of the Danish Public Procurement Act: - an extract from a relevant register or an equivalent document showing that the tenderer is not encompassed by section 135(1) and a certificate proving that the tenderer does not fall within section 135(3) and section 137(1)(ii); - where the country in question does not issue such documentation, or where these do not cover all the cases specified in section 135(1) or (3) and section 137(1) (ii), they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made before a competent judicial authority etc. For Danish tenderers, documentation may be provided in the form of a service certificate. Where a tenderer, one or more members of a group or other entities are from another EU/EEA country, such entity must generally provide the types of documentation specified in e-Certis. The contracting authority can however request a tenderer for further documentation and examine such obtained documentation, if the contracting authority considers this being necessary for the correct conduction of the procurement procedure. The tenderer shall not provide documentation for not being subject to the mandatory ground for exclusion set out in section 134 a. For other grounds for exclusion in the Danish Public Procurement Act than stated above, the contracting authority must demonstrate or have sufficiently plausible indications to conclude that one of the grounds for exclusion applies to the tenderer. A tenderer to whom a ground for exclusion applies is excluded from participating in the procurement process, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act, except for the ground for exclusion in section 134 a, where the tenderer does not have the possibility to document reliability. The contracting authority may only exclude a tenderer, if the contracting authority has informed the concerned tenderer that it is subject to a ground for exclusion and if the tenderer has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning), or if the provided documentation is not considered sufficient to document reliability. For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act. The contracting authority shall also exclude economic operators, which are subject to EU sanctions in accordance with EU regulation 833/2014 with later amendments, Article 5k. The contracting authority will hold an information meeting and an inspection of the place of performance for potential tenderers. For more information see the tender conditions section 3.4 (Information meeting and Inspection).
5.1.9.
Eignungskriterien
Kriterium:
Art: Wirtschaftliche und finanzielle Leistungsfähigkeit
Anwendung dieses Kriteriums: Nicht verwendet

Kriterium:
Art: Eignung zur Berufsausübung
Anwendung dieses Kriteriums: Nicht verwendet

Kriterium:
Art: Technische und berufliche Leistungsfähigkeit
Bezeichnung: performance of services of the specified type
Beschreibung: The tenderer is required to have performed (entered into, ongoing or finalized) minimum one (1) contract within the field of gardening services within the last 3 years. In relation to documentation of technical and professional ability, the tenderer is required to provide the following: The tenderer must fill in a list of minimum one (1) and maximum three (3) contracts (i.e. from all involved economic operators in a group of economic operators and/or other supporting entities). If a tenderer has listed more than three(3) contracts, the contracting authority will only read and assess the three most recent contracts listed (first based on end date, and then based on start date). Each listed contract should include the following information: (1) a description of the contract (nature and quantity of services from the tenderer and how they compare to the description of this procurement), (2) amount (remuneration received by the economic operator for the performance of the services), (3) start date (date of conclusion of the contract), (4) end date (date of completion of services), and (5) recipient (name and contact information). The contracting authority reserves the right to contact the recipients of services or require statements from the recipients, confirming that the tenderer has performed the listed contracts, as documentation in relation to the technical and professional ability.
Anwendung dieses Kriteriums: Verwendet
5.1.11.
Auftragsunterlagen
Sprachen, in denen die Auftragsunterlagen offiziell verfügbar sind: Englisch
5.1.12.
Bedingungen für die Auftragsvergabe
Bedingungen für die Einreichung:
Elektronische Einreichung: Erforderlich
Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Englisch, Deutsch
Elektronischer Katalog: Nicht zulässig
Varianten: Nicht zulässig
Die Bieter können mehrere Angebote einreichen: Nicht zulässig
Frist für den Eingang der Angebote: 08/10/2025 11:00:00 (UTC) Westeuropäische Zeit, GMT
Frist, bis zu der das Angebot gültig sein muss: 3 Monate
Informationen über die öffentliche Angebotsöffnung:
Eröffnungsdatum: 08/10/2025 11:00:00 (UTC) Westeuropäische Zeit, GMT
Auftragsbedingungen:
Die Auftragsausführung muss im Rahmen von Programmen für geschützte Beschäftigungsverhältnisse erfolgen: Nein
Bedingungen für die Ausführung des Auftrags: The tenderer is obliged to comply with the contracting authority’s labour clause in connection with its performance of the contract.
Es ist eine Geheimhaltungsvereinbarung erforderlich: nein
Elektronische Rechnungsstellung: Erforderlich
Aufträge werden elektronisch erteilt: nein
Zahlungen werden elektronisch geleistet: ja
5.1.15.
Techniken
Rahmenvereinbarung:
Keine Rahmenvereinbarung
Informationen über das dynamische Beschaffungssystem:
Kein dynamisches Beschaffungssystem
Elektronische Auktion: nein
5.1.16.
Weitere Informationen, Schlichtung und Nachprüfung
Überprüfungsstelle: The Danish Complaints Board for Public Procurement
Informationen über die Überprüfungsfristen: Pursuant to Consolidated Act no. 593 of 2 June 2016 on the Complaints Board for Public Procurement as amended, the following time limits apply to the filing of requests for a review procedure: Complaints about procurement procedures or decisions falling within Part II of the Danish Public Procurement Act which are not covered by subsection 1 of the Act, must, according to section 7(2) of the Act, be filed with the Danish Complaints Board for Public Procurement within: (1) 45 calendar days of the contracting authority having published a notice in the Official Journal of the European Union to the effect that the contracting authority has entered into a contract. The time limit is calculated from the date after the date when the notice was published; (2) 30 calendar days, calculated from the date after the date when the contracting authority notified the affected tenderers that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into, if the notification contained a statement of the reasons for the decision. (3) six months of the contracting authority having entered into a framework agreement, counted from the date after the date when the contracting authority notified the affected candidates and tenderers, see section 2(2) of the Act, or section 171(4) of the Danish Public Procurement Act. (4) 20 calendar days calculated from the date after the contracting authority has announced its decision, see section 185(2), second sentence, of the Danish Public Procurement Act. If a contracting authority has complied with the procedure outlined in section 4 of the Act to ensure that a contract is not declared ineffective, see section 7(3) of the Act, an application for a review of whether the contracting authority has entered into a contract in contravention of the Public Procurement Directive without prior publication of a contract notice in the Official Journal of the European Union must be filed with the Danish Complaints Board for Public Procurement within 30 calendar days calculated from the date after the date when the contracting authority has published a notice in the Official Journal of the European Union stating that the contracting authority has entered into a contract, provided that the notice contains the reasons for the contracting authority’s decision to award the contract without prior publication of a contract notice in the Official Journal of the European Union. Not later than on the date of the filing of an application for a review procedure with the Danish Complaints Board for Public Procurement, the applicant must notify the contracting authority in writing that an application for a review procedure has been filed with the Danish Complaints Board for Public Procurement, see section 6(4) of the Act. Furthermore, the contracting authority must be informed of whether the application for a review procedure has been filed in the stand-still period, see section 3(1) or (2) of the Act, or during the period of 10 calendar days laid down in section 4(1)(ii). In cases where the application for a review procedure has not been filed in the above-mentioned periods, the applicant must also state whether the applicant has applied for a stay pending the outcome of the review procedure, see section 12(1) of the Act. The Danish Complaints Board for Public Procurement’s own review procedure guidelines are available on www.klfu.dk.
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt: Ministry of Foreign Affairs of Denmark, the Danish Embassy in Berlin
Organisation, die einen Offline-Zugang zu den Vergabeunterlagen bereitstellt: Ministry of Foreign Affairs of Denmark, the Danish Embassy in Berlin
Organisation, die weitere Informationen für die Nachprüfungsverfahren bereitstellt: Danish Competition and Consumer Authority
Organisation, die Teilnahmeanträge entgegennimmt: Ministry of Foreign Affairs of Denmark, the Danish Embassy in Berlin
Organisation, die Angebote bearbeitet: Ministry of Foreign Affairs of Denmark, the Danish Embassy in Berlin
TED eSender: Mercell Holding ASA

8. Organisationen

8.1.
ORG-0001
Offizielle Bezeichnung: Ministry of Foreign Affairs of Denmark, the Danish Embassy in Berlin
Registrierungsnummer: 43271911
Postanschrift: Rauchstr. 1
Stadt: Berlin
Postleitzahl: 10787
Land, Gliederung (NUTS): Berlin (DE300)
Land: Deutschland
Kontaktperson: Peter Thomsen
E-Mail: pethom@um.dk
Telefon: 33 92 00 99
Internetadresse: https://um.dk/
Rollen dieser Organisation:
Beschaffer
Organisation, die zusätzliche Informationen über das Vergabeverfahren bereitstellt
Organisation, die einen Offline-Zugang zu den Vergabeunterlagen bereitstellt
Organisation, die Teilnahmeanträge entgegennimmt
Organisation, die Angebote bearbeitet
8.1.
ORG-0002
Offizielle Bezeichnung: The Danish Complaints Board for Public Procurement
Registrierungsnummer: 37795526
Postanschrift: Toldboden 2
Stadt: Viborg
Postleitzahl: 8800
Land, Gliederung (NUTS): Vestjylland (DK041)
Land: Dänemark
Kontaktperson: The Danish Complaints Board for Public Procurement
Telefon: +45 72405708
Endpunkt für den Informationsaustausch (URL): https://naevneneshus.dk/naevnsoversigt/klagenaevnet-for-udbud/
Rollen dieser Organisation:
Überprüfungsstelle
8.1.
ORG-0003
Offizielle Bezeichnung: Danish Competition and Consumer Authority
Registrierungsnummer: 10294819
Postanschrift: Carl Jacobsens Vej 35
Stadt: Valby
Postleitzahl: 2500
Land, Gliederung (NUTS): Byen København (DK011)
Land: Dänemark
Kontaktperson: Danish Competition and Consumer Authority
E-Mail: kfst@kfst.dk
Telefon: +45 41715000
Endpunkt für den Informationsaustausch (URL): https://www.kfst.dk
Rollen dieser Organisation:
Organisation, die weitere Informationen für die Nachprüfungsverfahren bereitstellt
8.1.
ORG-0004
Offizielle Bezeichnung: Mercell Holding ASA
Registrierungsnummer: 980921565
Postanschrift: Askekroken 11
Stadt: Oslo
Postleitzahl: 0277
Land, Gliederung (NUTS): Oslo (NO081)
Land: Norwegen
Kontaktperson: eSender
Telefon: +47 21018800
Fax: +47 21018801
Internetadresse: http://mercell.com/
Rollen dieser Organisation:
TED eSender

Informationen zur Bekanntmachung

Kennung/Fassung der Bekanntmachung: 53b4c3c6-9f0f-4fff-a5dc-c94c869679d2 - 01
Formulartyp: Wettbewerb
Art der Bekanntmachung: Auftrags- oder Konzessionsbekanntmachung – Standardregelung
Unterart der Bekanntmachung: 16
Datum der Übermittlung der Bekanntmachung: 26/08/2025 09:35:25 (UTC) Westeuropäische Zeit, GMT
Bekanntmachung — eSender-Übermittlungsdatum: 26/08/2025 09:35:25 (UTC) Westeuropäische Zeit, GMT
Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Englisch
Veröffentlichungsnummer der Bekanntmachung: 559319-2025
ABl. S – Nummer der Ausgabe: 163/2025
Datum der Veröffentlichung: 27/08/2025