CAR/EAR insurance for the construction & installation of the new UNICEF Campus 4 warehouse

The project UNICEF Campus 4 comprises the construction of a new distribution center to replace UNICEF's existing facilities at Oceanvej in Nordhavn, Copenhagen. In general, UNICEF Campus 4 consists of the following facilities divided as follows between the MHE Contractor (MHC) and a design and build construction contractor (“Design and …

CPV: 66000000 Financial and insurance services, 66500000 Insurance and pension services, 66510000 Insurance services
áit fhorghníomhaithe:
CAR/EAR insurance for the construction & installation of the new UNICEF Campus 4 warehouse
clárlann:
CPH City & Port I/S (By og Hac
uimhir dámhachtana:

1. Buyer

1.1 Buyer

Official name : CPH City & Port I/S (By og Hac
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : CAR/EAR insurance for the construction & installation of the new UNICEF Campus 4 warehouse
Description : The project UNICEF Campus 4 comprises the construction of a new distribution center to replace UNICEF's existing facilities at Oceanvej in Nordhavn, Copenhagen. In general, UNICEF Campus 4 consists of the following facilities divided as follows between the MHE Contractor (MHC) and a design and build construction contractor (“Design and Build Contractor”): • Material Handling Equipment (MHE): The MHC shall perform the full material handling solution, including the two high-bay warehouses, automation in the backbone and in the low-bay warehouse all supported by an integrated WMS. MHC shall also provide a clack-rack solution for the two high-bay warehouses. • Design and build construction (BYG/CWC): The Design and Build Contractor shall perform the construction of the administration building (headquarters), a low-bay warehouse with associated administration, backbone building and sprinkler reservoir, electrical building and other minor buildings, and base slabs for the two high-bay warehouses. This procurement procedure regards a contract for a project specific Construction All Risk (CAR) & Erection All Risk (EAR) insurance for the construction and installation of the new UNICEF Campus 4 warehouse. The insurance shall cover both the construction and civil works (under the CWC/BYG contract) and the material handling works (under the MHE contract). The insurance is to be primary to other insurances and provide coverage to property damage to the works, property damage to existing property and liability for third party property damage and bodily injury. The estimated price/premium for 100% capacity for Construction All Risk (CAR) & Erection All Risk (EAR) insurance in the contract period is estimated to be between DKK 4-6 million.
Procedure identifier : 23510e97-f2be-4c6a-a0a1-ca7c3bcd596c
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : By & Havn has assessed it necessary to conduct the procurement procedure as a negotiated procedure owing to special circumstances as regards the nature, complexity and financial situation or risks related hereto. By & Havn will invite the tenderers who submitted initial tenders to participate in the negotiation procedure. By & Havn expects the negotiations following the receipt of tenders to take place as either physical meetings or online meetings (of each tenderer’s choice, however if physical meetings at a location decided by By & Havn). By & Havn anticipates one negotiation round but reserves the right to conduct more than one round. Each tenderer will be invited to individual meetings to negotiate the terms and conditions in the procurement documents. Essential elements, including minimum requirements and the award criteria, will not be subject to negotiations. By & Havn reserves the right to award the contract on the basis of the initial tenders without conducting negotiations. Following the round of negotiation(s), By & Havn may amend the procurement documents based on the information and knowledge gained from the negotiations. The revised procurement documents will form the basis for the submission of the revised tenders and will be made available to all tenderers in the tendering system. By & Havn will, in connection with publishing the revised procurement documents following a round of negotiations, invite the tenderers to submit a revised tender or a final tender. In the invitation, By & Havn will state the deadline for submission of the tender.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66000000 Financial and insurance services
Additional classification ( cpv ): 66500000 Insurance and pension services
Additional classification ( cpv ): 66510000 Insurance services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 4 000 000 Danish krone

2.1.4 General information

Additional information : Candidates are excluded from participating in the procurement procedure if they are subject to any of the exclusion grounds in sections 134a, 135-136, 137 (2) or 137 (6) of the Danish Public Procurement Act. Candidates (tenderers) will also be excluded if they become subject to the exclusion grounds during the procedure. However, a candidate (tenderer) will not be excluded if the candidate (tenderer) provides sufficient documentation that it is reliable pursuant to section 138 of the Danish Public Procurement Act, even if it is subject to one or more of the exclusion grounds (‘self-cleaning’). Furthermore, candidates are excluded from participating in the procedure if they are subject to sections 134(a) of the Danish Public Procurement Act due to: • The candidate is established in a country which is admitted on the EU list of non-cooperating tax jurisdictions and has not acceded to the WTO's Government Procurement Agreement or other trade agreements that oblige Denmark to open up the public procurement market to candidates established in that country. The candidate is not to state in the ESPD whether the candidate is subject to this exclusion ground or not. By & Havn will assess whether the exclusion ground is relevant based on the information provided by the candidate. As part of the tender, the candidate must submit a completed and signed statement regarding Article 5k(1) of Council Regulation (EU) No 833/2014 of 31 July 2014 concerning restrictive measures in view of Russia’s actions destabilising the situation in Ukraine, as amended by Council Regulation (EU) No 2023/1214 of 23 June 2023. The contract cannot be awarded to a tenderer subject to Article 5k(1) of Council Regulation (EU) No 833/2014 of 31 July 2014, as amended by Council Regulation (EU) No 2023/1214 of 23 June 2023. To document that the tenderer is not subject to the exclusion grounds stipulated in sections 135-136 of the Danish Public Procurement Act, By & Havn expects to ask the tenderer to submit: • An extract from the relevant register or a similar document issued by a competent judicial or administrative authority stating that the tenderer is not subject to the exclusion grounds stipulated in section 135(1). • A certificate issued by the competent authority in the country referred to as documentation that the tenderer is not subject to the exclusion grounds stipulated in the cases stated in section 135(3). If the country in question does not issue the documents or certificates, or if such documents or certificates do not cover all the cases mentioned, those documents or certificates may be replaced by a declaration on oath. If declarations on oath are not provided for in the relevant country, a solemn declaration made before a competent judicial or administrative authority, a notary, or a competent professional organisation in the country in which the tenderer is established may be provided instead. For tenderers established in Denmark documentation that the tenderer is not subject to the exclusion grounds can be submitted in the form of an official certificate (‘serviceattest’) issued by the Danish Business Authority on request. The official certificate must contain information from the Bankruptcy Court (‘skifteretten’), the Central Criminal Register under the Danish National Police (‘Politiets kriminalregister’), the Danish Labour Market Supplementary Pension Fund (‘ATP’) and the Danish Customs and Tax Administration (‘Skatteforvaltningen’). It may not be older than six months at the deadline for submission of prequalification application. For tenderers established outside of Denmark, please be aware of the listed relevant and sufficient documentation in e-certis: https://ec.europa.eu/tools/ecertis. By & Havn will accept sufficient documentation from national authorities in the national language. However, By & Havn requests that an unofficial translation into English is submitted as well. To document that the tenderer fulfils the requirements for suitability for participation in this procurement procedure By & Havn expects to ask the tenderer to submit: • Contact information (email and telephone number) to contact persons at the costumers mentioned as references in ESPD if such contact information is not included in the ESPD. • Documentation for their license and that they are registered to carry out insurance business in Denmark via the Danish FSA's Company Register. If the information above is available to By & Havn via access to a national database, the tenderer is not obliged to submit the documentation in question to By & Havn. However, in that case By & Havn asks that the tenderer instead informs By & Havn where to find the information and supplies By & Havn with any necessary passwords, etc. Groups of economic operators will be asked to submit documentation regarding exclusion grounds and requirements for suitability for each of the economic operators in the group. If the tenderer is based on one or more supporting entities the tenderer will be asked to submit documentation regarding exclusion grounds for each supporting entity. Furthermore, for each supporting entity the tenderer will be asked to submit documentation for the relevant capacities of the supporting entity regarding fulfilling the requirements for suitability. By & Havn has – as an alternative to dividing the contract into lots – decided to accept tenders offer and partial capacity, i.e. By & Havn accepts a co-insurance solution.
Legal basis :
Directive 2014/24/EU
https://www.retsinformation.dk/eli/lta/2023/10 - The procurement procedure is governed by Danish law and the rules applicable hereunder, specifically the Danish Public Procurement Act.

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : 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.
Bankruptcy : 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 : 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.
Arrangement with creditors : 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 in a criminal organisation : 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).
Money laundering or terrorist financing : 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).
Fraud : 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).
Child labour and other forms of trafficking in human beings : 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).
Insolvency : 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.
Assets being administered by liquidator : 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.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure : 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?
Direct or indirect involvement in the preparation of this procurement procedure : 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?
Guilty of grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Payment of social security contributions : 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?
Business activities are suspended : 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.
Payment of taxes : 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?
Terrorist offences or offences linked to terrorist activities : 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 technical ID : LOT-0000

Title : CAR/EAR insurance for the construction & installation of the new UNICEF Campus 4 warehouse
Description : The project UNICEF Campus 4 comprises the construction of a new distribution center to replace UNICEF's existing facilities at Oceanvej in Nordhavn, Copenhagen. In general, UNICEF Campus 4 consists of the following facilities divided as follows between the MHE Contractor (MHC) and a design and build construction contractor (“Design and Build Contractor”): • Material Handling Equipment (MHE): The MHC shall perform the full material handling solution, including the two high-bay warehouses, automation in the backbone and in the low-bay warehouse all supported by an integrated WMS. MHC shall also provide a clack-rack solution for the two high-bay warehouses. • Design and build construction (BYG/CWC): The Design and Build Contractor shall perform the construction of the administration building (headquarters), a low-bay warehouse with associated administration, backbone building and sprinkler reservoir, electrical building and other minor buildings, and base slabs for the two high-bay warehouses. This procurement procedure regards a contract for a project specific Construction All Risk (CAR) & Erection All Risk (EAR) insurance for the construction and installation of the new UNICEF Campus 4 warehouse. The insurance shall cover both the construction and civil works (under the CWC/BYG contract) and the material handling works (under the MHE contract). The insurance is to be primary to other insurances and provide coverage to property damage to the works, property damage to existing property and liability for third party property damage and bodily injury. The estimated price/premium for 100% capacity for Construction All Risk (CAR) & Erection All Risk (EAR) insurance in the contract period is estimated to be between DKK 4-6 million.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66000000 Financial and insurance services
Additional classification ( cpv ): 66500000 Insurance and pension services
Additional classification ( cpv ): 66510000 Insurance services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : In the event that the completion date for the construction and civil works (under the CWC/BYG contract) and the material handling works (under the MHE contract) is delayed, the insurance can be automatically extended regardless of claims. The first 4 months with no additional premium. Any additional premium thereafter is to be agreed with insurers but not to excess pro rata temporis. The insurance period used for the calculation of pro rata temporis shall include the extended maintenance period.

5.1.5 Value

Estimated value excluding VAT : 4 000 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : Candidates are excluded from participating in the procurement procedure if they are subject to any of the exclusion grounds in sections 134a, 135-136, 137 (2) or 137 (6) of the Danish Public Procurement Act. Candidates (tenderers) will also be excluded if they become subject to the exclusion grounds during the procedure. However, a candidate (tenderer) will not be excluded if the candidate (tenderer) provides sufficient documentation that it is reliable pursuant to section 138 of the Danish Public Procurement Act, even if it is subject to one or more of the exclusion grounds (‘self-cleaning’). Furthermore, candidates are excluded from participating in the procedure if they are subject to sections 134(a) of the Danish Public Procurement Act due to: • The candidate is established in a country which is admitted on the EU list of non-cooperating tax jurisdictions and has not acceded to the WTO's Government Procurement Agreement or other trade agreements that oblige Denmark to open up the public procurement market to candidates established in that country. The candidate is not to state in the ESPD whether the candidate is subject to this exclusion ground or not. By & Havn will assess whether the exclusion ground is relevant based on the information provided by the candidate. As part of the tender, the candidate must submit a completed and signed statement regarding Article 5k(1) of Council Regulation (EU) No 833/2014 of 31 July 2014 concerning restrictive measures in view of Russia’s actions destabilising the situation in Ukraine, as amended by Council Regulation (EU) No 2023/1214 of 23 June 2023. The contract cannot be awarded to a tenderer subject to Article 5k(1) of Council Regulation (EU) No 833/2014 of 31 July 2014, as amended by Council Regulation (EU) No 2023/1214 of 23 June 2023. To document that the tenderer is not subject to the exclusion grounds stipulated in sections 135-136 of the Danish Public Procurement Act, By & Havn expects to ask the tenderer to submit: • An extract from the relevant register or a similar document issued by a competent judicial or administrative authority stating that the tenderer is not subject to the exclusion grounds stipulated in section 135(1). • A certificate issued by the competent authority in the country referred to as documentation that the tenderer is not subject to the exclusion grounds stipulated in the cases stated in section 135(3). If the country in question does not issue the documents or certificates, or if such documents or certificates do not cover all the cases mentioned, those documents or certificates may be replaced by a declaration on oath. If declarations on oath are not provided for in the relevant country, a solemn declaration made before a competent judicial or administrative authority, a notary, or a competent professional organisation in the country in which the tenderer is established may be provided instead. For tenderers established in Denmark documentation that the tenderer is not subject to the exclusion grounds can be submitted in the form of an official certificate (‘serviceattest’) issued by the Danish Business Authority on request. The official certificate must contain information from the Bankruptcy Court (‘skifteretten’), the Central Criminal Register under the Danish National Police (‘Politiets kriminalregister’), the Danish Labour Market Supplementary Pension Fund (‘ATP’) and the Danish Customs and Tax Administration (‘Skatteforvaltningen’). It may not be older than six months at the deadline for submission of prequalification application. For tenderers established outside of Denmark, please be aware of the listed relevant and sufficient documentation in e-certis: https://ec.europa.eu/tools/ecertis. By & Havn will accept sufficient documentation from national authorities in the national language. However, By & Havn requests that an unofficial translation into English is submitted as well. To document that the tenderer fulfils the requirements for suitability for participation in this procurement procedure By & Havn expects to ask the tenderer to submit: • Contact information (email and telephone number) to contact persons at the costumers mentioned as references in ESPD if such contact information is not included in the ESPD. • Documentation for their license and that they are registered to carry out insurance business in Denmark via the Danish FSA's Company Register. If the information above is available to By & Havn via access to a national database, the tenderer is not obliged to submit the documentation in question to By & Havn. However, in that case By & Havn asks that the tenderer instead informs By & Havn where to find the information and supplies By & Havn with any necessary passwords, etc. Groups of economic operators will be asked to submit documentation regarding exclusion grounds and requirements for suitability for each of the economic operators in the group. If the tenderer is based on one or more supporting entities the tenderer will be asked to submit documentation regarding exclusion grounds for each supporting entity. Furthermore, for each supporting entity the tenderer will be asked to submit documentation for the relevant capacities of the supporting entity regarding fulfilling the requirements for suitability. By & Havn has – as an alternative to dividing the contract into lots – decided to accept tenders offer and partial capacity, i.e. By & Havn accepts a co-insurance solution.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Authorisation of particular organisation needed
Description : The candidate must have an EU/EEA license to carry out insurance business in Denmark. The candidate must fill in information about their license and that they are registered to carry out insurance business in Denmark via the Danish FSA’s Company Register.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Performance of services of the specified type
Description : The candidate must complete a list of minimum one and maximum three references regarding tasks similar to the task covered by this procurement procedure that the candidate has performed within the last 3 years from the application deadline. Information about the reference(s) will be used for the selection of prequalified candidates. The description of each reference should include a brief description of a delivered CAR/EAR insurance for construction & installation, period of insurance, name of the customer and the scope and total amount of the insurance. By & Havn intends to select 20 candidates who will be invited to participate in the tender phase and submit an initial tender. If 20 candidates or less apply for prequalification By & Havn intends to select all candidates, provided that each candidate fulfils the requirements for suitability and is not subject to the listed exclusion grounds. If more than 20 candidates fulfil the requirements for suitability and are not subject to the exclusion grounds, By & Havn will select 20 candidates to receive an invitation to submit an initial tender among these candidates. This selection will be based on the following objective criterion: • The most relevant experience By & Havn will evaluate the references provided by the candidate on the basis on the criterion ‘the most relevant experience’. The more the reference(s) provided by the candidate correspond to the subject of this procurement procedure the more positively By & Havn will assess this candidate’s prequalification application. In the comparison between the references and the subject of this procurement procedure, By & Havn will, among other things, attach importance to: • Insurance scope • Insurance capacity • Insurance period The candidate is encouraged to describe its references in detail and to point out any factors that make the individual references particularly comparable to the subject of this procurement procedure. The selection will be based solely on the references specified in the application for prequalification and a maximum of three references. If the candidate has provided more than three references, only the three most recent references will be considered in the selection decision. The maximum number of references to be considered also applies if the candidate is a group of economic operators and/or if the candidate is based on one or more supporting entities.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 20
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 20
Maximum number of candidates to be invited for the second stage of the procedure : 20
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Price/premium
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 27/06/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Danish
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 16/06/2025 21:59 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

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 : Actions regarding requests to participate and selection must be submitted within 20 calendar days from the day after the contracting authority has notified the economic operators of the decisions regarding selection. Other actions regarding the procedure (e.g. decisions regarding award of contract) must be submitted within: 45 calendar days from the day after the publication of a contract award notice in the Official Journal of the EU. Complaint guidelines (in English) can be found at: https://naevneneshus.dk/media/9802/complaint-guidelines.pdf
Organisation providing additional information about the procurement procedure : CPH City & Port I/S (By og Hac -
Organisation providing offline access to the procurement documents : CPH City & Port I/S (By og Hac -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation receiving requests to participate : CPH City & Port I/S (By og Hac -
Organisation processing tenders : CPH City & Port I/S (By og Hac -

8. Organisations

8.1 ORG-0001

Official name : CPH City & Port I/S (By og Hac
Registration number : 30823702
Postal address : Nordre Toldbod 7
Town : København K
Postcode : 1259
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Jens Munk Petersen
Telephone : +45 30717877
Internet address : https://byoghavn.dk/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Contact point : Klagenævnet for Udbud
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) : Byen København ( DK011 )
Country : Denmark
Contact point : Konkurrence- og Forbrugerstyrelsen
Telephone : +45 41715000
Internet address : https://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

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 : c4429b70-0f9a-4368-8406-ad1144175e1e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/05/2025 15:10 +00:00
Notice dispatch date (eSender) : 15/05/2025 15:11 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00320677-2025
OJ S issue number : 95/2025
Publication date : 19/05/2025