496742-2024
496742-2024 – Mise en concurrence
Danemark – Bateaux – Procurement procedure for the purchase of a survey boat
OJ S 160/2024 19/08/2024
Avis de marché ou de concession – régime ordinaire – Avis de changement
Fournitures
1. Acheteur
1.1.
Acheteur
Nom officiel: The Geological Survey of Denmark and Greenland
Forme juridique de l’acheteur: Entreprise publique, contrôlée par une autorité publique centrale
Activité du pouvoir adjudicateur: Services d’administration générale
2. Procédure
2.1.
Procédure
Titre: Procurement procedure for the purchase of a survey boat
Description: The Geological Survey of Denmark and Greenland (GEUS) wants to acquire a new survey boat with the primary purpose of strengthening research capacity and opportunities within marine surveys and geosciences in the internal Danish waters and around Bornholm. The new survey boat will act as a versatile platform for carrying out various types of assignments and activities. For further description of the acquisition, please see the procurement documents.
Identifiant de la procédure: 74461843-6c1c-41f4-9f9e-87e6df5197db
Identifiant interne: 8010-4249
Type de procédure: Ouverte
La procédure est accélérée: non
2.1.1.
Objet
Nature du marché: Fournitures
Nomenclature principale (cpv): 34520000 Bateaux
Nomenclature supplémentaire (cpv): 34500000 Navires et bateaux, 34521000 Bateaux spécialisés
2.1.2.
Lieu d’exécution
N’importe où
Informations complémentaires: The Supplier shall deliver the boat to a port within 500 km. from a Danish port in either Jutland, Funen and Zealand.
2.1.3.
Valeur
Valeur estimée hors TVA: 2 500 000,00 DKK
2.1.4.
Informations générales
Informations complémentaires: 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) and (vi), 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) and (vi); – 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) and (vi), 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 tendered contract has not been divided into lots because it is the Contracting Authority’s assessment that there are no different components that could advantageously be separated into subcontracts.
Base juridique:
Directive 2014/24/UE
2.1.6.
Motifs d’exclusion
Situation analogue à la faillite prévue dans la législation nationale: Public procurement and repealing Directive 2004/18/EC, Article 57, point 4b (Danish public procurement act Article 137, point 1.2): 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.
Faillite: Public procurement and repealing Directive 2004/18/EC, Article 57, point 4b (Danish public procurement act Article 137, point 1.2): 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: Public procurement and repealing Directive 2004/18/EC, Article 57, point 1b (Danish public procurement act Article 135, point 1.2): 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
Concordat: Public procurement and repealing Directive 2004/18/EC, Article 57, point 4b (Danish public procurement act Article 137, point 1.2): 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 à une organisation criminelle: Public procurement and repealing Directive 2004/18/EC, Article 57, point 1a (Danish public procurement act Article 135, point 1.1): 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).
Manquement aux obligations dans le domaine du droit environnemental: Public procurement and repealing Directive 2004/18/EC, Article 57, point 4a (Danish public procurement act Article 137, point 1.1): Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Blanchiment de capitaux ou financement du terrorisme: Public procurement and repealing Directive 2004/18/EC, Article 57, point 1e (Danish public procurement act Article 135, point 1.5): 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).
Fraude: Public procurement and repealing Directive 2004/18/EC, Article 57, point 1c (Danish public procurement act Article 135, point 1.3): 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).
Travail des enfants et autres formes de traite des êtres humains: Public procurement and repealing Directive 2004/18/EC, Article 57, point 1f (Danish public procurement act Article 135, point 1.6): 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).
Insolvabilité: Public procurement and repealing Directive 2004/18/EC, Article 57, point 4b (Danish public procurement act Article 137, point 1.2): 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.
Manquement aux obligations dans le domaine du droit du travail: Public procurement and repealing Directive 2004/18/EC, Article 57, point 4a (Danish public procurement act Article 137, point 1.1): Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Biens administrés par un liquidateur: Public procurement and repealing Directive 2004/18/EC, Article 57, point 4b (Danish public procurement act Article 137, point 1.2): 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.
Coupable de fausses déclarations, non-communication, n’a pas été en mesure de fournir les documents requis et a obtenu des informations confidentielles de la présente procédure: Public procurement and repealing Directive 2004/18/EC, Article 57, point 4h (Danish public procurement act Article 136, point 1.3): Can the economic operator confirm that: 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, 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?
Motifs d’exclusion purement nationaux: In connection with the submission of its tender, the tenderer must complete and enclose the ESPD as preliminary proof that the tenderer is not affected by the mandatory grounds for exclusion set out in section 134a og the Danish public procurement act.
Conflit d’intérêt créé par sa participation à la procédure de passation de marché: Public procurement and repealing Directive 2004/18/EC, Article 57, point 4e (Danish public procurement act Article 136, point 1.1): 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?
Association directe ou indirecte à la préparation de cette procédure de passation de marché: Public procurement and repealing Directive 2004/18/EC, Article 57, point 4f (Danish public procurement act Article 136, point 1.2): 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?
Coupable d’une faute professionnelle grave: Public procurement and repealing Directive 2004/18/EC, Article 57, point 4c (Danish public procurement act Article 136, point 1.4): Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Manquement aux obligations dans le domaine du droit social: Public procurement and repealing Directive 2004/18/EC, Article 57, point 4a (Danish public procurement act Article 137, point 1.1): Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Paiement des cotisations de sécurité sociale: Public procurement and repealing Directive 2004/18/EC, Article 57, point 3 (Danish public procurement act Article 135, point 3): 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?
État de cessation d’activités: Public procurement and repealing Directive 2004/18/EC, Article 57, point 4b (Danish public procurement act Article 137, point 1.2): Are the business activities of the economic operator suspended? 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.
Paiement d’impôts et taxes: Public procurement and repealing Directive 2004/18/EC, Article 57, point 2 (Danish public procurement act Article 135, point 3 and article 137 point 1.6): 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?
Infractions terroristes ou infractions liées aux activités terroristes: Public procurement and repealing Directive 2004/18/EC, Article 57, point 1d (Danish public procurement act Article 135, point 1.4): 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
Titre: Procurement procedure for the purchase of a survey boat
Description: The Geological Survey of Denmark and Greenland (GEUS) wants to acquire a new survey boat with the primary purpose of strengthening research capacity and opportunities within marine surveys and geosciences in the internal Danish waters and around Bornholm. The new survey boat will act as a versatile platform for carrying out various types of assignments and activities. For further description of the acquisition, please see the procurement documents.
Identifiant interne: 8010-4249
5.1.1.
Objet
Nature du marché: Fournitures
Nomenclature principale (cpv): 34520000 Bateaux
Nomenclature supplémentaire (cpv): 34500000 Navires et bateaux, 34521000 Bateaux spécialisés
Options:
Description des options: There is a option for an A-frame, for more information, see the procurement documents.
5.1.2.
Lieu d’exécution
N’importe où
Informations complémentaires: The Supplier shall deliver the boat to a port within 500 km. from a Danish port in either Jutland, Funen and Zealand.
5.1.3.
Durée estimée
Durée: 1 An
5.1.5.
Valeur
Valeur estimée hors TVA: 2 500 000,00 DKK
5.1.6.
Informations générales
Participation réservée: La participation n’est pas réservée.
Projet de passation de marché non financé par des fonds de l’UE
Le marché relève de l’accord sur les marchés publics (AMP): oui
Informations complémentaires: 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) and (vi), 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) and (vi); – 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) and (vi), 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 tendered contract has not been divided into lots because it is the Contracting Authority’s assessment that there are no different components that could advantageously be separated into subcontracts.
5.1.9.
Critères de sélection
Critère:
Type: Capacité économique et financière
Utilisation de ce critère: Non utilisé
Critère:
Type: Aptitude à exercer l’activité professionnelle
Utilisation de ce critère: Non utilisé
Critère:
Type: Capacité technique et professionnelle
Nom: Requirements for technical and professional ability
Description: The tenderer must present 3 references of delivery of vessels suitable for hydrographic survey. The references must have been completed within the last 3 years, counted from the deadline for submission of tenders specifying date and the recipients. The tenderer’s ESPD is considered as documentation of technical and professional ability. However, the Contracting Authority reserves the right to verify information in the ESPD, for example, by contacting the listed contacts of the references.
Utilisation de ce critère: Utilisé
5.1.10.
Critères d’attribution
Critère:
Type: Qualité
Nom: Layout
Description: See the tender conditions for further details.
Pondération (pourcentage, valeur exacte): 60
Critère:
Type: Qualité
Nom: Noise level
Description: See the tender conditions for further details.
Pondération (pourcentage, valeur exacte): 15
Critère:
Type: Qualité
Nom: Service
Description: See the tender conditions for further details.
Pondération (pourcentage, valeur exacte): 15
Critère:
Type: Prix
Nom: Price of A-frame
Description: See the tender conditions for further details.
Pondération (pourcentage, valeur exacte): 10
5.1.11.
Documents de marché
5.1.12.
Conditions du marché public
Conditions de présentation:
Présentation par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation peuvent être présentées: anglais, danois
Catalogue électronique: Requise
Variantes: Non autorisée
Les soumissionnaires peuvent présenter plusieurs offres: Non autorisée
Date limite de réception des offres: 16/09/2024 10:00:00 (UTC)
Date limite de validité de l’offre: 3 Mois
Informations relatives à l’ouverture publique:
Date d’ouverture: 17/09/2024 06:00:00 (UTC)
Conditions du marché:
Le marché doit être exécuté dans le cadre de programmes d’emplois protégés: Non
Conditions relatives à l’exécution du contrat: The tenderer is obliged to comply with the contracting authority’s labour clause in connection with its performance of the contract. It is a requirement that the boat comes with a 12-month warranty covering defects, and a 5-year warranty ensuring that components do not become obsolete.
Facturation en ligne: Requise
La commande en ligne sera utilisée: non
Le paiement en ligne sera utilisé: oui
Montage financier: If the Supplier requests an instalment payment plan, this may be agreed upon between the Customer and the Supplier, contingent upon the Supplier provides an irrevocable and unconditional guarantee for the instalment payments cf. Appendix 3. For further details, see the procurement documents.
Informations relatives aux délais de recours: 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.
5.1.15.
Techniques
Accord-cadre: Pas d’accord-cadre
Informations sur le système d’acquisition dynamique: Pas de système d’acquisition dynamique
5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recours: Klagenævnet for Udbud
Organisation qui fournit des précisions concernant l’introduction des recours: Konkurrence- og Forbrugerstyrelsen
Organisation qui reçoit les demandes de participation: The Geological Survey of Denmark and Greenland
Organisation qui traite les offres: The Geological Survey of Denmark and Greenland
TED eSender: Mercell Holding ASA
8. Organisations
8.1.
ORG-0001
Nom officiel: The Geological Survey of Denmark and Greenland
Numéro d’enregistrement: 55145016
Adresse postale: Oester Voldgade 10
Ville: Copenhagen K
Code postal: 1350
Subdivision pays (NUTS): Byen København (DK011)
Pays: Danemark
Point de contact: Stine Kristiansen
Téléphone: +45 21733419
Rôles de cette organisation:
Acheteur
Organisation qui reçoit les demandes de participation
Organisation qui traite les offres
8.1.
ORG-0002
Nom officiel: Klagenævnet for Udbud
Numéro d’enregistrement: 37795526
Adresse postale: Nævnenes Hus, Toldboden 2
Ville: Viborg
Code postal: 8800
Subdivision pays (NUTS): Østjylland (DK042)
Pays: Danemark
Téléphone: +45 72405600
Rôles de cette organisation:
Organisation chargée des procédures de recours
8.1.
ORG-0003
Nom officiel: Konkurrence- og Forbrugerstyrelsen
Numéro d’enregistrement: 10294819
Adresse postale: Carl Jacobsens Vej 35
Ville: Valby
Code postal: 2500
Subdivision pays (NUTS): Byen København (DK011)
Pays: Danemark
Téléphone: +45 41715000
Rôles de cette organisation:
Organisation qui fournit des précisions concernant l’introduction des recours
8.1.
ORG-0004
Nom officiel: Mercell Holding ASA
Numéro d’enregistrement: 980921565
Adresse postale: Askekroken 11
Ville: Oslo
Code postal: 0277
Subdivision pays (NUTS): Oslo (NO081)
Pays: Norvège
Point de contact: eSender
Téléphone: +47 21018800
Télécopieur: +47 21018801
Rôles de cette organisation:
TED eSender
10. Modification
Version de l’avis antérieur à modifier: 2ab19df4-56bd-41d0-8d08-dd9a7ebdc9a5-01
Principale raison de la modification: Mise à jour d’informations
Description: The deadline for submission of tenders is extended to the 16.09.2024 12:00 PM CEST.
10.1.
Modification
Identifiant de la section: PROCEDURE
Les documents de marché ont été modifiés le: 15/08/2024
10.1.
Modification
Identifiant de la section: LOT-0000
Les documents de marché ont été modifiés le: 15/08/2024
11. Informations relatives à l’avis
11.1.
Informations relatives à l’avis
Identifiant/version de l’avis: af8a7341-11cf-4cac-a645-ca53989392ed – 01
Type de formulaire: Mise en concurrence
Type d’avis: Avis de marché ou de concession – régime ordinaire
Sous-type d’avis: 16
Date d’envoi de l’avis: 15/08/2024 09:48:08 (UTC)
Date d’envoi de l’avis (eSender): 15/08/2024 10:03:23 (UTC)
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
11.2.
Informations relatives à la publication
Numéro de publication de l’avis: 496742-2024
Numéro de publication au JO S: 160/2024
Date de publication: 19/08/2024
