Insurance EU-tender for the Excess SPPI for the design, construction & installation of the new UNICEF Campus 4 warehouse

The present procurement procedure concerns the insurance program for Excess SPPI for the design, construction & installation of the new UNICEF Campus 4 warehouse. This insurance is to be on an excess DIL (Difference in Limits) basis over the insureds’ own PI policies. This insurance is to be on a …

CPV: 66000000 Financial and insurance services, 66510000 Insurance services
Place of execution:
Insurance EU-tender for the Excess SPPI for the design, construction & installation of the new UNICEF Campus 4 warehouse
Awarding body:
Udviklingsselskabet By & Havn I/S
Award number:
Excess SPPI - By&Havn

1. Buyer

1.1 Buyer

Official name : Udviklingsselskabet By & Havn I/S
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Insurance EU-tender for the Excess SPPI for the design, construction & installation of the new UNICEF Campus 4 warehouse
Description : The present procurement procedure concerns the insurance program for Excess SPPI for the design, construction & installation of the new UNICEF Campus 4 warehouse. This insurance is to be on an excess DIL (Difference in Limits) basis over the insureds’ own PI policies. This insurance is to be on a follow form basis over the individual underlying policies. Only for claims from the policy holder to the insureds, the following applies: This excess insurance is to be triggered notwithstanding that any claim exceeds the limitation of liability in the applicable contract between the policy holder and the negligent insured. The Policy holder is not an insured under this policy. Candidates are entitled to submit offers for partial coverage of capacity of the insurance contract. However, the offer must then assume 100% of a total price/premium for the insurance contract, making it possible for By&Havn to compare prices, even if the insurance capacity for example varies from 20% from one tender to 35% in another tender. For more information about By&Havn and the task please see the procurement documents, in particular the “Submission Document”.
Procedure identifier : 26d51519-7ca3-4192-8481-416572f7732f
Previous notice : c0f1cf90-606c-405c-8814-13a419a1e80c-01
Internal identifier : Excess SPPI - By&Havn
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : A further description of the tender procedure, can be found in the Tender Description.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66000000 Financial and insurance services

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : For more information please see Tender Description and Submission Material.

2.1.3 Value

Estimated value excluding VAT : 9 000 000 Danish krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Insurance EU-tender for the Excess SPPI for the design, construction & installation of the new UNICEF Campus 4 warehouse
Description : The present procurement procedure concerns the insurance program for Excess SPPI for the design, construction & installation of the new UNICEF Campus 4 warehouse. This insurance is to be on an excess DIL (Difference in Limits) basis over the insureds’ own PI policies. This insurance is to be on a follow form basis over the individual underlying policies. Only for claims from the policy holder to the insureds, the following applies: This excess insurance is to be triggered notwithstanding that any claim exceeds the limitation of liability in the applicable contract between the policy holder and the negligent insured. The Policy holder is not an insured under this policy. Candidates are entitled to submit offers for partial coverage of capacity of the insurance contract. However, the offer must then assume 100% of a total price/premium for the insurance contract, making it possible for By&Havn to compare prices, even if the insurance capacity for example varies from 20% from one tender to 35% in another tender. For more information about By&Havn and the task please see the procurement documents, in particular the “Submission Document”.
Internal identifier : Excess SPPI - By&Havn

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66000000 Financial and insurance services

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : For more information please see Tender Description and Submission Material.

5.1.3 Estimated duration

Start date : 11/07/2025
Duration end date : 01/06/2029

5.1.5 Value

Estimated value excluding VAT : 9 000 000 Danish krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Total Price/Premium (net)
Description : Regarding the score for “Price/Premium” By&Havn will apply the scoring methodology set up in the Tender Description
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Scope of cover/Policy Terms and Conditions
Description : Regarding the score for “Scope of cover/Policy Terms and Conditions” By&Havn will apply the scoring methodology set out in the Tender Description and the Requirement Specification.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

5.1.12 Terms of procurement

Information about review deadlines : According to the Act on the Complaints Board for Public Procurement (Act No. 492 of May 12, 2010, as amended), complaints must be submitted to the Complaints Board for Public Procurement within the following deadlines: A complaint regarding not being selected must be submitted to the Complaints Board for Public Procurement within 20 calendar days, cf. Section 7, subsection 1 of the Act, from the day after the dispatch of a notification to the affected applicants about who has been selected, when the notification is accompanied by a justification for the decision in accordance with Section 2, subsection 1, no. 1 of the Act and Section 171, subsection 2 of the Public Procurement Act. In other situations, a complaint regarding procurement, cf. Section 7, subsection 2 of the Act, must be submitted to the Complaints Board for Public Procurement within: 1) 45 calendar days after the contracting authority has published a notice in the Official Journal of the European Union that the contracting authority has entered into a contract. The deadline is calculated from the day after the day the notice was published. 2) 30 calendar days from the day after the day the contracting authority has notified the affected bidders that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into, if the notification has provided a justification for the decision. 3) 6 months after the contracting authority has entered into a framework agreement, calculated from the day after the day the contracting authority has notified the affected applicants and bidders, cf. Section 2, subsection 2 of the Act and Section 171, subsection 4 of the Public Procurement Act. 4) 20 calendar days from the day after the contracting authority has communicated its decision, cf. Section 185, subsection 2 of the Public Procurement Act. At the latest, simultaneously with the submission of a complaint to the Complaints Board for Public Procurement, the complainant must notify the contracting authority in writing that a complaint is being submitted to the Complaints Board for Public Procurement and whether the complaint has been submitted during the standstill period, cf. Section 6, subsection 4 of the Act. In cases where the complaint has not been submitted during the standstill period, the complainant must also indicate whether a request for suspensive effect of the complaint is being made, cf. Section 12, subsection 1 of the Act. The email address of the Complaints Board for Public Procurement is klfu@naevneneshus.dk . The Complaints Board for Public Procurement's guidance on complaints can be found at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/.

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 : According to the Act on the Complaints Board for Public Procurement (Act No. 492 of May 12, 2010, as amended), complaints must be submitted to the Complaints Board for Public Procurement within the following deadlines: A complaint regarding not being selected must be submitted to the Complaints Board for Public Procurement within 20 calendar days, cf. Section 7, subsection 1 of the Act, from the day after the dispatch of a notification to the affected applicants about who has been selected, when the notification is accompanied by a justification for the decision in accordance with Section 2, subsection 1, no. 1 of the Act and Section 171, subsection 2 of the Public Procurement Act. In other situations, a complaint regarding procurement, cf. Section 7, subsection 2 of the Act, must be submitted to the Complaints Board for Public Procurement within: 1) 45 calendar days after the contracting authority has published a notice in the Official Journal of the European Union that the contracting authority has entered into a contract. The deadline is calculated from the day after the day the notice was published. 2) 30 calendar days from the day after the day the contracting authority has notified the affected bidders that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into, if the notification has provided a justification for the decision. 3) 6 months after the contracting authority has entered into a framework agreement, calculated from the day after the day the contracting authority has notified the affected applicants and bidders, cf. Section 2, subsection 2 of the Act and Section 171, subsection 4 of the Public Procurement Act. 4) 20 calendar days from the day after the contracting authority has communicated its decision, cf. Section 185, subsection 2 of the Public Procurement Act. At the latest, simultaneously with the submission of a complaint to the Complaints Board for Public Procurement, the complainant must notify the contracting authority in writing that a complaint is being submitted to the Complaints Board for Public Procurement and whether the complaint has been submitted during the standstill period, cf. Section 6, subsection 4 of the Act. In cases where the complaint has not been submitted during the standstill period, the complainant must also indicate whether a request for suspensive effect of the complaint is being made, cf. Section 12, subsection 1 of the Act. The email address of the Complaints Board for Public Procurement is klfu@naevneneshus.dk . The Complaints Board for Public Procurement's guidance on complaints can be found at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/.
Organisation providing additional information about the procurement procedure : Marsh A/S
Organisation providing offline access to the procurement documents : Marsh A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

6. Results

6.1 Result lot ldentifier : LOT-0000

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : No tenders, requests to participate or projects were received

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 0

8. Organisations

8.1 ORG-0001

Official name : Marsh A/S
Registration number : 87377016
Department : Marsh A/S
Postal address : Tromsøgade 2, 1. sal
Town : København Ø
Postcode : 2100
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : MARSH - Emil Busk Nielsen
Telephone : +45 30949302
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405600
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 : Udviklingsselskabet By & Havn I/S
Registration number : 30823702
Postal address : Nordre Toldbod 7
Town : Copenhagen K
Postcode : 1259
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +4533769800
Roles of this organisation :
Buyer

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

11. Notice information

11.1 Notice information

Notice identifier/version : 9f2ec7a5-dbf7-4eab-b54f-c0f86ab5c399 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 26/06/2025 08:25 +00:00
Notice dispatch date (eSender) : 26/06/2025 09:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00416183-2025
OJ S issue number : 121/2025
Publication date : 27/06/2025