The Contract comprises the following: • Designing, delivery, building and testing of a TSI approved 25 kV catenary system, including remote control and connection of feeder and return cables, for an operational speed of 250 km/h and for 275 km/h in test situation on the new line across West Funen
Deadline
Fristen for modtagelse af bud var på 2025-10-17.
Indkøbet blev offentliggjort på 2025-05-26.
Udbudsbekendtgørelse (2025-05-26) Objekt Omfanget af udbuddet
Titel: Catenary system - Electrification New railway across West Funen
Referencenummer: 2025-9261
Kort beskrivelse:
“The Contract comprises the following:
• Designing, delivery, building and testing of a TSI approved 25 kV catenary system, including remote control and...”
Kort beskrivelse
The Contract comprises the following:
• Designing, delivery, building and testing of a TSI approved 25 kV catenary system, including remote control and connection of feeder and return cables, for an operational speed of 250 km/h and for 275 km/h in test situation on the new line across West Funen
Vis mere
Kontrakttype: Bygge og anlæg
Produkter/tjenester: Anlægsarbejde: kørestrømsanlæg📦
Anslået værdi uden moms: 421 500 000 DKK 💰
Beskrivelse
Beskrivelse af udbuddet:
“The Contract comprises the following:
• Designing, delivery, building and testing of a TSI approved 25 kV catenary system, including remote control and...”
Beskrivelse af udbuddet
The Contract comprises the following:
• Designing, delivery, building and testing of a TSI approved 25 kV catenary system, including remote control and connection of feeder and return cables, for an operational speed of 250 km/h and for 275 km/h in test situation on the new line across West Funen
Vis mere
Yderligere oplysninger:
“Section 134a of the Danish Public Procurement Act shall apply to this tender procedure.
The tender procedure is conducted subject to the achievement of the...”
Yderligere oplysninger
Section 134a of the Danish Public Procurement Act shall apply to this tender procedure.
The tender procedure is conducted subject to the achievement of the necessary funding basis.
The tender procedure is carried out by the contracting entities as a joint procurement. Vejdirektoratet is the client and construction authority for the overall construction project "92900 New railway across West Funen", which includes the construction of 35 km double-track and electrified railway for 250 km/h across West Funen between Odense West and Kauslunde and including 32 structures.
In accordance with the comments to "Lov om anlæg af en ny jernbane over Vestfyn", ACT no. 1424 of 17/12/2019 (Anlægsloven), Banedanmark assists Vejdirektoratet with railway technical competences, and is part of Vejdirektoratet’s project organization.
For the procurement of the design and build contract, 92900.771 Catenary system, New railway across West Funen, Vejdirektoratet has delegated the role of contracting authority to Banedanmark to the extent stated in the design and build contract.
Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the tender documents, the tenderer must be registered or register as a user. If the tender contains several versions of the same docu-ment, the latest uploaded version will apply.
All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system.
Interested operators are requested to keep updated via the electronic tendering system. If the tenderer encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com, or telephone (+45) 70 20 80 14.
The tenderer must submit an ESPD with the tender as preliminary documentation of the circum-stances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act (udbudsloven), and section 137(1), para (1) and para (3) and para (5) of the Danish Public Procurement Act. It is not necessary for the tenderer to sign the ESPD document. For groups of operators (e.g., a consortium), a separate ESPD must be submitted for each participating operator. Where the ten-derer is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The tenderer heading the group and submitting the tender is not required to sign its ESPD document. If the tenderer relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which the tenderer relies.
Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156 of the Danish Public Procurement Act, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from tenderers established in the country holding the official list.
The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that tenders do not comply with the formal requirements of the tender documents.
Attention is drawn to Article 5k in Regulation (EU) No 833/2014 as amended which applies to the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies, etc. (reference is made to Article 5k, section 1, for the precise definition of the operators subject to the prohibition). The contracting entity reserves the right at any time during the tender process to require documentation from the economic operators proving that they are not subject to the prohibition, for example by requiring a declaration to this effect and/or documentation of the place of establishment and ownership of the economic operators and any subcontractors.
Pursuant to the Danish Investment Screening Act (https://www.retsinformation.dk/eli/lta/2023/1256) economic operators i) that are domiciled outside the EU or EFTA, or ii) are controlled by or subject to significant influence as defined in the Act from an entity domiciled in or a national of a country outside the EU or EFTA must apply to the Danish Business Authority for an authorisation to enter into a “special financial agreement” within a particularly sensitive sector or activity. The contracting entity has assessed that the conclusion of the contract may be subject to the authorisation requirement. The tenderer should clarify whether the tenderer’s conclusion of the contract will be subject to such requirement. Further details are available at https://businessindenmark.virk.dk/guidance/erst-activities-covered-by-the-investment-screening-act/Special-financial-agreements/.
Option 1. Spare parts
The option covers deliverance of spare parts in relation to Banedanmark's maintenance of the catenary system.
Option 2: To activate a separate and distinct design and build contract for the project Overhead Contact Line System (OCLS) for a new fly-over zone at Ringsted Station (KURI). The conducted procurement procedure covers the projects “Catenary system, New railway across West Fu-nen” and as an option “Overhead Contact Line System (OCLS) for a new flyover zone at Ringsted Station”. Thus these shall be considered separately and each governed by their own contractual basis. Accordingly activation of option 2 leads to Banedanmark and the Contractor entering into a separate contract. Scope of works for KURI is as follows:
• System specification and basic design - developed from the West Funen main contract - of an overhead contact line system (OCLS) for an operational speed of 250 km/h and for 275 km/h in test situation
• Installation design for OCLS, return current system, earthing and bonding (E&B) and remote control of line side switch gear
• Component delivery
• Installation and testing of the complete 25 kV OCLS including return current system, E&B and remote control
Vis mere Kriterier for tildeling
Pris ✅
Pris (justeringskoefficient): 50
Kvalitetskriterium (navn): Method of execution
Kvalitetskriterium (vægtning): 25
Kvalitetskriterium (navn): Organisation
Kvalitetskriterium (vægtning): 10
Kvalitetskriterium (navn): Process describtion
Kvalitetskriterium (vægtning): 15
Titel
Partiets identifikationsnummer: LOT-0000
Procedure Type af procedure
Åben procedure ✅ Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2025-10-17 10:00:00 📅
Betingelser for åbning af buddene: 2025-10-17 10:05:00 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 180
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The total annual turnover in each of the three latest financial years.: The tenderer must submit the European Single Procurement Document ("ESPD") with the...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The total annual turnover in each of the three latest financial years.: The tenderer must submit the European Single Procurement Document ("ESPD") with the following information.
- The tenderer's total annual turnover in the three latest financial years available.
As a minimum requirement, a total annual turnover of at least DKK 200 million is required in each of the three latest annual reports/financial statements available. If the tenderer relies on the capacities of other entities, the turnover is to be calculated as the total turnover of the tenderer and such other entities in each of the three latest annual reports/financial statements available. For groups of operators (e.g., a consortium), the turnover is calculated as the total turnover of the operators in each of the three latest annual reports/financial statements available. The information is to be stated in section IV.B of the ESPD.
In this procedure, the tenderer may rely on the economic and financial capacity of other operators to fulfil the suitability requirements. The operator(s) making its/their economic and financial capacity available to the tenderer must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications.
If the tenderer relies on the economic and financial capacity of other entities in relation to the fulfilment of requirements, see below, the tenderer and the entities in question will be required by the contracting entity to undertake joint and several liability for the performance of the contract.
The ESPD serves as provisional documentation that the tenderer fulfils the requirements in respect of economic and financial capacity.
Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate.
Upon the contracting entity's request, the following documentation of economic and financial capacity must be submitted:
A statement regarding the operator's overall turnover in the three latest annual reports/financial statements available, depending on when the operator was established or started trading if the figures for this turnover are available. For groups of operators (e.g. a consortium), the information in the three latest annual reports/financial statements available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g., a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The equity ratio in each of the three latest financial years: The tenderer must submit the European Single Procurement Document ("ESPD") with the following...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The equity ratio in each of the three latest financial years: The tenderer must submit the European Single Procurement Document ("ESPD") with the following information:
-The tenderer's equity ratio in the three latest financial year(s) available.
As a minimum requirement, an equity ratio is required of at least 10 % in each of the three latest annual report(s)/financial statement(s) available. The equity ratio is calculated as the operator’s total equity divided by the operator’s total assets, calculated as a percentage. The equity ratio is thus calculated as (total equity/total assets) x 100 = equity ratio. If the tenderer relies on the capacities of other entities, the equity ratio is calculated as the total equity of the tenderer and such other entities divided by their total assets, calculated as a percentage. For groups of operators (e.g., a consortium), the equity ratio is calculated as the total equity of the operators divided by their total assets, calculated as a percentage. The information is to be stated in section IV.B of the ESPD.
In this procedure, the tenderer may rely on the economic and financial capacity of other operators to fulfil the suitability requirements. The operator(s) making its/their economic and financial capacity available to the tenderer must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications.
If the tenderer relies on the economic and financial capacity of other entities in relation to the fulfilment of requirements, see below, the tenderer and the entities in question will be required by the contracting entity to undertake joint and several liability for the performance of the contract.
The ESPD serves as provisional documentation that the tenderer fulfils the requirements in respect of economic and financial capacity.
Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate.
Upon the contracting entity's request, the following documentation of economic and financial capacity must be submitted:
A statement regarding the operator's equity and assets in the three latest annual reports/financial statements available, depending on when the operator was established if the equi-ty and assets figures are available. For groups of operators (e.g., a consortium), the information in the three latest annual reports/financial statements available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g., a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Reference: The tenderer must submit the ESPD with the following information:
One reference fulfilling the minimum requirement that the tenderer has carried...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Reference: The tenderer must submit the ESPD with the following information:
One reference fulfilling the minimum requirement that the tenderer has carried out in the latest 15 years before the expiry of the deadline for submission of tender.
• As a minimum requirement it is required that the tendere has minimum 1 (one) reference with a catenary system with a TSI ENE approved simulation of the system for at least 250 km/h.
Only references relating to works carried out at the time of submission of tender will be given importance in the evaluation of whether the requirements regarding technical and professional capacity have been complied with. Hence, in the case of an ongoing task, only the part of the works already performed at the time of submission of tender will be included in the evaluation of the reference.
The reference is requested to include a brief description of the deliveries made. The description of the delivery should include a clear description of the works to which the delivery relates and the tenderer's role(s) in the performance of the delivery. The reference is furthermore requested to include the financial value of the delivery (amount), the date of delivery and the name of the cus-tomer (recipient).
When indicating the date of the delivery, the tenderer is requested to indicate the date of commencement and finalisation of the delivery. If this is not possible, for example if the tasks were performed on a continuous basis under a framework agreement, the tenderer is asked to indicate how the date is specified.
No more than 1 reference may be stated, irrespective of whether the tenderer is a single operator, whether the tenderer relies on the technical capacity of other entities, or is a group of operators (e.g. a consortium). Where more than 1 reference is stated, only the most recent reference will be taken into account. Any additional references will be disregarded. If it is not possible to decide which references are the most recent reference, the reference will be selected by drawing lots.
In this procedure, the tenderer may rely on the technical capacity of other operators to fulfil the suitability requirements. The operator(s) making its/their technical capacity available to the ten-derer must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications.
If the tenderer relies on the professional experience of other entities for the performance of specific parts of the works comprised by the contract, such specific parts of the works under the contract must be performed by the entity on which the tenderer relies.
The ESPD serves as provisional documentation that the tenderer fulfils the requirements in respect of technical and professional ability.
With the tender the following documentation of technical and professional capacity must be submitted:
- EC Design Examination Certificate
The contracting authority reserves the right to ask for the certificate if it is not submitted with the tender.
Vis mere Betingelser for deltagelse
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem:
“If the contract is awarded to a group of operators (such as a consortium), the participants of the group must undertake joint and several liability and...”
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem
If the contract is awarded to a group of operators (such as a consortium), the participants of the group must undertake joint and several liability and appoint a joint representative.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the...”
Betingelser for opfyldelse af kontrakten
The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. The contract furthermore lays down requirements pursuant to ILO Convention no. 94 on labour clauses in public contracts and Circular no. 9471 of 30 June 2014.
“Section 134a of the Danish Public Procurement Act shall apply to this tender procedure.
The tender procedure is conducted subject to the achievement of the...”
Section 134a of the Danish Public Procurement Act shall apply to this tender procedure.
The tender procedure is conducted subject to the achievement of the necessary funding basis.
The tender procedure is carried out by the contracting entities as a joint procurement. Vejdirektoratet is the client and construction authority for the overall construction project "92900 New railway across West Funen", which includes the construction of 35 km double-track and electrified railway for 250 km/h across West Funen between Odense West and Kauslunde and including 32 structures.
In accordance with the comments to "Lov om anlæg af en ny jernbane over Vestfyn", ACT no. 1424 of 17/12/2019 (Anlægsloven), Banedanmark assists Vejdirektoratet with railway technical competences, and is part of Vejdirektoratet’s project organization.
For the procurement of the design and build contract, 92900.771 Catenary system, New railway across West Funen, Vejdirektoratet has delegated the role of contracting authority to Banedanmark to the extent stated in the design and build contract.
Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the tender documents, the tenderer must be registered or register as a user. If the tender contains several versions of the same docu-ment, the latest uploaded version will apply.
All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system.
Interested operators are requested to keep updated via the electronic tendering system. If the tenderer encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com, or telephone (+45) 70 20 80 14.
The tenderer must submit an ESPD with the tender as preliminary documentation of the circum-stances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act (udbudsloven), and section 137(1), para (1) and para (3) and para (5) of the Danish Public Procurement Act. It is not necessary for the tenderer to sign the ESPD document. For groups of operators (e.g., a consortium), a separate ESPD must be submitted for each participating operator. Where the ten-derer is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The tenderer heading the group and submitting the tender is not required to sign its ESPD document. If the tenderer relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which the tenderer relies.
Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156 of the Danish Public Procurement Act, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from tenderers established in the country holding the official list.
The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that tenders do not comply with the formal requirements of the tender documents.
Attention is drawn to Article 5k in Regulation (EU) No 833/2014 as amended which applies to the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies, etc. (reference is made to Article 5k, section 1, for the precise definition of the operators subject to the prohibition). The contracting entity reserves the right at any time during the tender process to require documentation from the economic operators proving that they are not subject to the prohibition, for example by requiring a declaration to this effect and/or documentation of the place of establishment and ownership of the economic operators and any subcontractors.
Pursuant to the Danish Investment Screening Act (https://www.retsinformation.dk/eli/lta/2023/1256) economic operators i) that are domiciled outside the EU or EFTA, or ii) are controlled by or subject to significant influence as defined in the Act from an entity domiciled in or a national of a country outside the EU or EFTA must apply to the Danish Business Authority for an authorisation to enter into a “special financial agreement” within a particularly sensitive sector or activity. The contracting entity has assessed that the conclusion of the contract may be subject to the authorisation requirement. The tenderer should clarify whether the tenderer’s conclusion of the contract will be subject to such requirement. Further details are available at https://businessindenmark.virk.dk/guidance/erst-activities-covered-by-the-investment-screening-act/Special-financial-agreements/.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Nationalt registreringsnummer: 37795526
Postadresse: Nævnenes Hus, Toldboden 2
Postnummer: 8800
Postby: Viborg
Region: Extra-Regio NUTS 3🏙️
Land: Danmark 🇩🇰
E-mail: klfu@naevneneshus.dk📧
Telefon: +45 72405600📞
URL: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/🌏 Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Nationalt registreringsnummer: 10294819
Postadresse: Carl Jacobsens Vej 35
Postnummer: 2500
Postby: Valby
Region: Byen København🏙️
Land: Danmark 🇩🇰
E-mail: kfst@kfst.dk📧
Telefon: +45 41715000📞
URL: http://www.kfst.dk🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Kla-genævnet for Udbud m.v.) (the Act is available (in Danish) at...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Kla-genævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the fol-lowing deadlines apply to the lodging of complaints:
1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published.
2) 30 calendar days calculated from the day after the day when the contracting entity has noti-fied the candidates concerned that a contract based on a framework agreement with reopen-ing of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision.
3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers con-cerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act.
4) 20 calendar days calculated from the day after the contracting entity has submitted notifica-tion of its decision, see section 185(2) of the Danish Public Procurement Act.
Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the com-plaint was lodged during the standstill period, see section 6(4) of the Act. In cases where the com-plaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act.
The e-mail address of the Complaints Board for Public Procurement is klfu@naevneneshus.dk.
Vis mere Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Kilde: OJS 2025/S 102-344288 (2025-05-26)
Udbudsbekendtgørelse (2025-09-23) Objekt Omfanget af udbuddet
Anslået værdi uden moms: 421 500 000 DKK 💰
Procedure Administrative oplysninger
Betingelser for åbning af buddene: 2025-10-24 10:00:00 📅
Juridiske, økonomiske, finansielle og tekniske oplysninger Betingelser for deltagelse
Liste og kortfattet beskrivelse af regler og kriterier:
“Its general yearly turnover for the number of financial years required in the relevant notice, the procurement documents or the ESPD is as follows:”
Liste og kortfattet beskrivelse af regler og kriterier:
“Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares that the actual...”
Liste og kortfattet beskrivelse af regler og kriterier
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:
Vis mere
Liste og kortfattet beskrivelse af regler og kriterier:
“For public works contracts only: During the reference period, the economic operator has performed the following works of the specified type. Contracting...”
Liste og kortfattet beskrivelse af regler og kriterier
For public works contracts only: During the reference period, the economic operator has performed the following works of the specified type. Contracting authorities may require up to five years and allow experience dating from more than five years.
“Banedanmark has made amendments to the published tender documents. The changes concern the following.
Amendments to the contract, including changes to:
-...”
Banedanmark has made amendments to the published tender documents. The changes concern the following.
Amendments to the contract, including changes to:
- Section 5 concerning the contractual basis – appendices related to railway safety have been added.
- Section 10.1.2 concerning the total amount of penalties.
- Section 22 concerning liability.
- Section 22 concerning indirect losses.
Amendments to the contract for Option 2 – KURI, including changes to:
- Section 10.1.2 concerning the total amount of penalties.
- Section 22 concerning liability.
- Section 22 concerning indirect losses.
Various minor amendments and clarifications regarding technical aspects.
All changes are listed in the document entitled “Correction Sheet No. 1”, which has been published on the electronic tender portal together with updated versions of all amended documents. Correction Sheet No. 1, along with all revised documents, can be found in the folder named “Correction No. 1”.
Further, the following deadlines and dates have been extended:
- Deadline for submission of questions about the tender documents has been extended to 5 October 2025.
- Deadline for Banedanmark’s answers to questions has been extended to 17 October 2025.
- Deadline for submission of tenders has been extended to 24 October 2025 at 12:00 local Danish time.
- Expected opening of tenders Envelope 1 – Quality (technical documents and reservations) has been extended to 24 October 2025.
Vis mere
Kilde: OJS 2025/S 184-629174 (2025-09-23)