EU procurement of hospital relocation management

Region Zealand is embarking on a significant consolidation and expansion initiative to establish a new, modern university hospital at the existing “Sjællands Universitetshospital” site in Køge (“New SUH”). Once completed, the facility will comprise approximately 187,000 m2 of clinical, diagnostic, and support functions, making it the largest hospital in the …

CPV: 79410000 Business and management consultancy services, 71530000 Construction consultancy services, 71621000 Technical analysis or consultancy services, 98392000 Relocation services
Place of execution:
EU procurement of hospital relocation management
Awarding body:
Region Sjælland
Award number:
EMN-2025-01749

1. Buyer

1.1 Buyer

Official name : Region Sjælland
Legal type of the buyer : Regional authority
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : EU procurement of hospital relocation management
Description : Region Zealand is embarking on a significant consolidation and expansion initiative to establish a new, modern university hospital at the existing “Sjællands Universitetshospital” site in Køge (“New SUH”). Once completed, the facility will comprise approximately 187,000 m2 of clinical, diagnostic, and support functions, making it the largest hospital in the region. The overall goal is to centralize acute and specialized services, improve patient care and safety, enhance operational efficiency, and strengthen research and teaching capabilities. The construction schedule is divided into multiple stages. Ultimately, multiple hospital sites (including Roskilde and parts of Næstved) will relocate their clinical and support services to the newly expanded New SUH campus in Køge. To facilitate this large-scale move, the Region has commissioned a three-phase relocation. Throughout all phases, patient safety and minimal service disruption are critical. Given the scope of the hospital relocation, Region Zealand envisions that acute and specialized services – particularly Emergency, Intensive Care, and complex diagnostic areas – remain fully operational. Additionally, it is expected that most existing medical equipment, furniture, and other inventory will be reused, presenting both logistical and technical challenges (e.g. moving radiological scanners, ensuring the new or upgraded sterile processing department is active, and coordinating IT/telephony systems). Because of the complexity of the project, Region Zealand is committed to a structured activation phase (of up to 12 months prior to relocation), ensuring that buildings, infrastructure, technology, and personnel are ready for live operations. The relocation itself demands a methodical approach that balances a desire for compressed timelines with the operational realities of critical patient care.
Procedure identifier : 5ad2124c-39bf-4bd0-a4a1-0e81c91c03e2
Previous notice : f94453f8-8d7a-4077-ac81-1bc9a6e69e76-01
Internal identifier : EMN-2025-01749
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 98392000 Relocation services

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 12 000 000 Danish krone

2.1.4 General information

Call for competition is terminated
Additional information : To obtain further information about this tender and to submit a tender, you must register your interest on the following website: https://www.eu-supply.com/rs.asp and submit any tenders, ask questions, etc. All communication must be conducted through the system. Tenders cannot be submitted in paper form unless explicitly stated in the tender documents. This tender is subject to EU Regulation 576/2022, Article 1, No. 23, which amends EU Regulation 833/2014 by introducing Article 5k concerning the prohibition on awarding public contracts covered by the procurement directives to Russian nationals or legal persons, entities, or bodies established in Russia, etc. Reference is made to EU Regulation 576/2022 for the exact wording and scope of this provision. The Contracting Authority is entitled to request documentation at any time during the procurement process regarding the Tenderer’s and any subcontractors' place of establishment, ownership structure, and other relevant information to ensure compliance with this prohibition. If a Tenderer or its subcontractor is subject to this prohibition, it will result in exclusion from the procurement procedure. In accordance with Section 1.3.1 of the tender conditions, the Tenderer must submit an ESPD together with its tender. The Tenderer will be excluded from participating in the procurement procedure if it is subject to one or more of the mandatory exclusion grounds under Sections 134a, 135, and 136 of the Public Procurement Act and/or the voluntary exclusion grounds under Section 137(1), Nos. 1-2, unless exclusion can be waived pursuant to Section 138 of the Public Procurement Act. Before the Contracting Authority's decision on the award of the contract, the Tenderer to whom the Contracting Authority intends to award the contract must provide documentation in accordance with Sections 151-152, cf. Section 153 of the Public Procurement Act, to confirm the information submitted in the ESPD regarding the exclusion grounds under Sections 135 and 137 of the Public Procurement Act. For Danish companies, the required documentation must be provided in the form of a service certificate issued by the Danish Business Authority. For foreign companies, documentation regarding the mandatory exclusion grounds in Section 135(1) must be provided in the form of an extract from the relevant register or an equivalent document issued by a competent judicial or administrative authority, demonstrating that the Tenderer is not subject to the exclusion grounds. Regarding Section 135(3) and Section 137(1), Nos. 1-2, documentation must be provided in the form of a certificate issued by the competent authority in the relevant country as proof that the Tenderer is not subject to these exclusion grounds. If it is not possible to obtain the above-mentioned documents or certificates, or if they do not cover the exclusion grounds in Section 135(1) or (3) and Section 137(1), Nos. 1-2, they may be replaced by a sworn statement. If sworn statements are not used in the relevant country, a solemn declaration may be submitted before a competent judicial or administrative authority, a notary, or a competent professional organization in the country where the Tenderer is established. The service certificate must be issued no earlier than six months before the request date. Tenderers who do not have a valid service certificate are encouraged to request one no later than at the time of submitting the tender. Documentation may be submitted in Danish, English, German, Swedish, or Norwegian. However, if the Contracting Authority deems it necessary, the Tenderer will be required—at its own expense—to translate the documentation into Danish. Any annexes containing product data sheets, technical specifications, brochures, or similar materials must be in English.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : EU procurement of hospital relocation management
Description : Region Zealand is embarking on a significant consolidation and expansion initiative to establish a new, modern university hospital at the existing “Sjællands Universitetshospital” site in Køge (“New SUH”). Once completed, the facility will comprise approximately 187,000 m2 of clinical, diagnostic, and support functions, making it the largest hospital in the region. The overall goal is to centralize acute and specialized services, improve patient care and safety, enhance operational efficiency, and strengthen research and teaching capabilities. The construction schedule is divided into multiple stages. Ultimately, multiple hospital sites (including Roskilde and parts of Næstved) will relocate their clinical and support services to the newly expanded New SUH campus in Køge. To facilitate this large-scale move, the Region has commissioned a three-phase relocation. Throughout all phases, patient safety and minimal service disruption are critical. Given the scope of the hospital relocation, Region Zealand envisions that acute and specialized services – particularly Emergency, Intensive Care, and complex diagnostic areas – remain fully operational. Additionally, it is expected that most existing medical equipment, furniture, and other inventory will be reused, presenting both logistical and technical challenges (e.g. moving radiological scanners, ensuring the new or upgraded sterile processing department is active, and coordinating IT/telephony systems). Because of the complexity of the project, Region Zealand is committed to a structured activation phase (of up to 12 months prior to relocation), ensuring that buildings, infrastructure, technology, and personnel are ready for live operations. The relocation itself demands a methodical approach that balances a desire for compressed timelines with the operational realities of critical patient care.
Internal identifier : EMN-2025-01749

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 98392000 Relocation services

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/06/2025
Duration end date : 31/05/2028

5.1.5 Value

Estimated value excluding VAT : 12 000 000 Danish krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : To obtain further information about this tender and to submit a tender, you must register your interest on the following website: https://www.eu-supply.com/rs.asp and submit any tenders, ask questions, etc. All communication must be conducted through the system. Tenders cannot be submitted in paper form unless explicitly stated in the tender documents. This tender is subject to EU Regulation 576/2022, Article 1, No. 23, which amends EU Regulation 833/2014 by introducing Article 5k concerning the prohibition on awarding public contracts covered by the procurement directives to Russian nationals or legal persons, entities, or bodies established in Russia, etc. Reference is made to EU Regulation 576/2022 for the exact wording and scope of this provision. The Contracting Authority is entitled to request documentation at any time during the procurement process regarding the Tenderer’s and any subcontractors' place of establishment, ownership structure, and other relevant information to ensure compliance with this prohibition. If a Tenderer or its subcontractor is subject to this prohibition, it will result in exclusion from the procurement procedure. In accordance with Section 1.3.1 of the tender conditions, the Tenderer must submit an ESPD together with its tender. The Tenderer will be excluded from participating in the procurement procedure if it is subject to one or more of the mandatory exclusion grounds under Sections 134a, 135, and 136 of the Public Procurement Act and/or the voluntary exclusion grounds under Section 137(1), Nos. 1-2, unless exclusion can be waived pursuant to Section 138 of the Public Procurement Act. Before the Contracting Authority's decision on the award of the contract, the Tenderer to whom the Contracting Authority intends to award the contract must provide documentation in accordance with Sections 151-152, cf. Section 153 of the Public Procurement Act, to confirm the information submitted in the ESPD regarding the exclusion grounds under Sections 135 and 137 of the Public Procurement Act. For Danish companies, the required documentation must be provided in the form of a service certificate issued by the Danish Business Authority. For foreign companies, documentation regarding the mandatory exclusion grounds in Section 135(1) must be provided in the form of an extract from the relevant register or an equivalent document issued by a competent judicial or administrative authority, demonstrating that the Tenderer is not subject to the exclusion grounds. Regarding Section 135(3) and Section 137(1), Nos. 1-2, documentation must be provided in the form of a certificate issued by the competent authority in the relevant country as proof that the Tenderer is not subject to these exclusion grounds. If it is not possible to obtain the above-mentioned documents or certificates, or if they do not cover the exclusion grounds in Section 135(1) or (3) and Section 137(1), Nos. 1-2, they may be replaced by a sworn statement. If sworn statements are not used in the relevant country, a solemn declaration may be submitted before a competent judicial or administrative authority, a notary, or a competent professional organization in the country where the Tenderer is established. The service certificate must be issued no earlier than six months before the request date. Tenderers who do not have a valid service certificate are encouraged to request one no later than at the time of submitting the tender. Documentation may be submitted in Danish, English, German, Swedish, or Norwegian. However, if the Contracting Authority deems it necessary, the Tenderer will be required—at its own expense—to translate the documentation into Danish. Any annexes containing product data sheets, technical specifications, brochures, or similar materials must be in English.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Assessed based on the total evaluation technical price. The total evaluation technical price is calculated based on Contract Annex 2.1, ID 2.2.1, 2.2.2 and 2.2.3, which together creates the foundation for the evaluation technical price in ID 2.2.4.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : Assessed based on the following sub-sub-criterion: - Tendered team of employees (50%) This sub-sub-criterion consists of the following element: - CVs of the Tendered team of employees. The assessment of this sub-sub-criterion will be based on the Tenderer's response in the CV-Templates provided in Contract Annex 3, section 2, sub-section 2.2. The Tenderer must complete the CV-Templates in accordance with the instructions provided in Contract Annex 3, section 2, sub-section 2.1. Positive assessment will be applied based on the information outlined in Contract Annex 3, section 2, sub-section 2.1. An overall assessment of the listed conditions will be conducted. Assessed based on the following sub-sub-criterion: - Approach to handling the hospital relocation (50%) This sub-sub-criterion consists of the following element: - Methods and strategies The assessment of this sub-sub-criterion will be based on the Tenderer’s response in table 1 - Approach to handling the relocation provided in Contract Annex 3, section 3, sub-section 3.2. The Tenderer must complete table 1 in accordance with the instructions provided in Contract Annex 3, section 3, sub-section 3.1. Positive assessment will be applied based on the information outlined in Contract Annex 3, section 3, sub-section 3.1. An overall assessment of the listed conditions will be conducted.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Information about review deadlines : Precise information on complaint deadlines: Complaints must be submitted to the Complaints Board for Public Procurement within specific deadlines. A complaint regarding the failure to be prequalified must be received by the Complaints Board within 30 days from the day following the contracting authority’s notification of the prequalified candidates. Other complaints must be received by the Complaints Board within six months from the day following the publication of the contracting authority’s contract award notice in the Official Journal of the European Union. In the case of a framework agreement, complaints must be submitted within 12 months from the date on which the contracting authority informed the tenderers of its decision on the award of the contract. A more detailed description can be found on the website of the Complaints Board for Public Procurement: www.klfu.dk .
Organisation providing additional information about the procurement procedure : Region Sjælland
Organisation providing offline access to the procurement documents : Region Sjælland
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation whose budget is used to pay for the contract : Region Sjælland
Organisation executing the payment : Region Sjælland
Organisation signing the contract : Region Sjælland

6. Results

Value of all contracts awarded in this notice : 13 118 181 Danish krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Health Care Relocations
Tender :
Tender identifier : EU procurement of hospital relocation management - Health Care Relocations
Identifier of lot or group of lots : LOT-0000
Value of the tender : 13 118 181 Danish krone
The tender was ranked : no
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : EU procurement of hospital relocation management - Health Care Relocations
Date on which the winner was chosen : 01/06/2025
Date of the conclusion of the contract : 27/06/2025
Organisation signing the contract : Region Sjælland

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : Region Sjælland
Registration number : 29190658
Department : Koncern Indkøb
Postal address : Alleen 15
Town : Sorø
Postcode : 4180
Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark
Contact point : Susanne Jensen
Telephone : +45 21566327
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation signing the contract
Organisation whose budget is used to pay for the contract
Organisation executing the payment

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnerens Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +45 72405600
Internet address : http://www.klfu.dk
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Health Care Relocations
Size of the economic operator : Small
Registration number : 883980567
Postal address : 670 Harper Road
Town : Peterborough
Postcode : K9J6X6
Country : Canada
Telephone : +460 850636325
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0005

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 3c05e49f-df06-43b8-b540-b543f4d86667 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 28/08/2025 09:47 +00:00
Notice dispatch date (eSender) : 28/08/2025 10:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00564218-2025
OJ S issue number : 165/2025
Publication date : 29/08/2025