DSB SOV, Insurance Procurement, PDBI

The procurement is conducted as a negotiated procedure with prior call for competition.The procurement covers Property Damage, Business Interruption, Contingent Business Interruption and Rolling stock insurance.This tender is for the placement of 3 excess layers.Costs incurred by the tenderer in connection with the preparation and submission of a tender for …

CPV: 66510000 Versicherungen, 66515000 Schaden- oder Verlustversicherungen, 66515100 Feuerversicherungen, 66515200 Vermögensversicherungen
Ausführungsort:
DSB SOV, Insurance Procurement, PDBI
Vergabestelle:
DSB SOV
Vergabenummer:
248146888

1. Buyer

1.1 Buyer

Official name : DSB SOV
Activity of the contracting entity : Railway services

2. Procedure

2.1 Procedure

Title : DSB SOV, Insurance Procurement, PDBI
Description : The procurement is conducted as a negotiated procedure with prior call for competition.The procurement covers Property Damage, Business Interruption, Contingent Business Interruption and Rolling stock insurance.This tender is for the placement of 3 excess layers.Costs incurred by the tenderer in connection with the preparation and submission of a tender for one or more lots are the tenderers to bear and will not be reimbursed. There is anticipated to be one negotiation meeting held via Microsoft Teams.
Procedure identifier : 547678bb-163d-49ba-aac2-e0e0077fdbbc
Internal identifier : 248146888
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 : The procurement is conducted as a negotiated procedure with prior call for competition.The procurement covers Property Damage, Business Interruption, Contingent Business Interruption and Rolling stock insurance.This tender is for the placement of 3 excess layers.Costs incurred by the tenderer in connection with the preparation and submission of a tender for one or more lots are the tenderers to bear and will not be reimbursed. There is anticipated to be one negotiation meeting held via Microsoft Teams.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66515000 Damage or loss insurance services
Additional classification ( cpv ): 66515100 Fire insurance services
Additional classification ( cpv ): 66515200 Property insurance services

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 11 900 000 Danish krone

2.1.4 General information

Additional information : Applies to all (3) lots: Other economic or financial requirements: To fulfil the economic criterion “Other economic or financial requirements” in the ESPD, all Tenderers must have a Financial Strength rating of no less than A- (Standard and Poor's or similar) or an equivalent rating from a comparable ratings agency Requirement 1: Not established in a country on the EU list of non-cooperative jurisdictions for tax purposes: The applicant must confirm, that the applicant is not subject to the mandatory exclusion ground set out in Udbudslovens §134 litra a? Requirement 2: COUNCIL REGULATION (EU) 2022/576 of 8 April 2022. The applicant must confirm, that the applicant is not subject to the mandatory exclusion ground set out in Regulation (EU) 2022/576, article 5k regarding the War in Ukraine The undersigned solemnly declares the company is not: (a) a Russian national, or a natural or legal person, entity or body established in Russia; (b) a legal person, entity or body whose proprietary rights are directly or indirectly owned for more than 50 % by an entity referred to in point (a) of this paragraph; or c) a natural or legal person, entity or body acting on behalf or at the direction of an entity referred to in point (a) or (b) of this paragraph, including, where they account for more than 10 % of the contract value, subcontractors, suppliers or entities whose capacities are being relied on within the meaning of the public procurement Directives.
Legal basis :
Directive 2014/25/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 3
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

2.1.6 Grounds for exclusion

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. "
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).
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, andd) 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?
Purely national exclusion grounds : Other exclusion grounds that may be foreseen in the national legislation of the contracting authority's or contracting entity's Member State. Has the economic operator breached its obligations relating to the purely national grounds of exclusion, which are specified in the relevant notice or in the procurement documents?
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?
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-0001

Title : Lot 1
Description : Lot 1, 1.5 Billion DKK excess 1 Billion DKK excess deductibles (from 1 Billion DKK to 2.5 Billion DKK). Class of Insurance: PDBI – please refer to the DSB Submission 2025 document. Lot details: Quota share placement, where tenderers are requested to submit bids according to the enclosed Policy Schedule and Wording.
Internal identifier : Lot 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66515000 Damage or loss insurance services
Additional classification ( cpv ): 66515100 Fire insurance services
Additional classification ( cpv ): 66515200 Property insurance services

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 12 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 6 500 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Other economic or financial requirements
Description : Concerning the other economic or financial requirements, if any, that may have been specified in the relevant notice or the procurement documents, the economic operator declares that: Minimum level(s) of standards possibly required
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Concession to write insurance in Denmark
Description : All Tenderers who wish to submit a tender must file a request for participation by submitting the European Single Procurement Document (hereafter ESPD) in accordance with the time limits put forth in the procurement documents. The Tenderer must declare whether the Tenderer is covered by the exclusion grounds listed in the ESPD. To fulfil the suitability criterion “Enrolment in a trade register” in the ESPD, all Tenderers must uphold permission to write insurance risks as specified in this tender by the Danish FSA.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Lowest price
Description : Lowest price for 100% capacity.
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

Address of the procurement documents : https://permalink.mercell.com/248146888.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 04/03/2025 15:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See tender materials.
Financial arrangement : See tender materials.

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 : Pursuant to Danish act on The Complaints Board for Public Procurement (act No 492 of 12.5.2010 with subsequent amendments - available at www.retsinformation. dk), the following time limits for filing a complaint apply. Complaints regarding a candidate not being prequalified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. Other complaints must be filed with The Complaints Board for Public Procurement within: 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date).
Organisation providing additional information about the procurement procedure : DSB SOV -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

5.1 Lot technical ID : LOT-0002

Title : Lot 2
Description : Lot 2, 1.5 Billion DKK excess 2.5 Billion DKK excess deductibles (from 2.5 Billion DKK to 4 Billion DKK). Class of Insurance: PDBI – please refer to the DSB Submission 2025 document. Lot details: Quota share placement, where tenderers are requested to submit bids according to the enclosed Policy Schedule and Wording.
Internal identifier : Lot 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66515000 Damage or loss insurance services
Additional classification ( cpv ): 66515100 Fire insurance services
Additional classification ( cpv ): 66515200 Property insurance services

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 12 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 2 900 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Other economic or financial requirements
Description : Concerning the other economic or financial requirements, if any, that may have been specified in the relevant notice or the procurement documents, the economic operator declares that: Minimum level(s) of standards possibly required
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Concession to write insurance in Denmark
Description : All Tenderers who wish to submit a tender must file a request for participation by submitting the European Single Procurement Document (hereafter ESPD) in accordance with the time limits put forth in the procurement documents. The Tenderer must declare whether the Tenderer is covered by the exclusion grounds listed in the ESPD. To fulfil the suitability criterion “Enrolment in a trade register” in the ESPD, all Tenderers must uphold permission to write insurance risks as specified in this tender by the Danish FSA.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Lowest price
Description : Lowest price for 100% capacity.
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

Address of the procurement documents : https://permalink.mercell.com/248146888.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 04/03/2025 15:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See tender materials.
Financial arrangement : See tender materials.

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 : Pursuant to Danish act on The Complaints Board for Public Procurement (act No 492 of 12.5.2010 with subsequent amendments - available at www.retsinformation. dk), the following time limits for filing a complaint apply. Complaints regarding a candidate not being prequalified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. Other complaints must be filed with The Complaints Board for Public Procurement within: 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date).
Organisation providing additional information about the procurement procedure : DSB SOV -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

5.1 Lot technical ID : LOT-0003

Title : Lot 3
Description : Lot 3, 1.5 Billion DKK excess 4 Billion DKK excess deductibles (from 4 Billion DKK to 5.5 Billion DKK). Class of Insurance: PDBI – please refer to the DSB Submission 2025 document. Lot details: Quota share placement, where tenderers are requested to submit bids according to the enclosed Policy Schedule and Wording.
Internal identifier : Lot 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66515000 Damage or loss insurance services
Additional classification ( cpv ): 66515100 Fire insurance services
Additional classification ( cpv ): 66515200 Property insurance services

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 12 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 2 500 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Other economic or financial requirements
Description : Concerning the other economic or financial requirements, if any, that may have been specified in the relevant notice or the procurement documents, the economic operator declares that: Minimum level(s) of standards possibly required
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Concession to write insurance in Denmark
Description : All Tenderers who wish to submit a tender must file a request for participation by submitting the European Single Procurement Document (hereafter ESPD) in accordance with the time limits put forth in the procurement documents. The Tenderer must declare whether the Tenderer is covered by the exclusion grounds listed in the ESPD. To fulfil the suitability criterion “Enrolment in a trade register” in the ESPD, all Tenderers must uphold permission to write insurance risks as specified in this tender by the Danish FSA.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Lowest price
Description : Lowest price for 100% capacity.
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

Address of the procurement documents : https://permalink.mercell.com/248146888.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 04/03/2025 15:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See tender materials.
Financial arrangement : See tender materials.

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 : Pursuant to Danish act on The Complaints Board for Public Procurement (act No 492 of 12.5.2010 with subsequent amendments - available at www.retsinformation. dk), the following time limits for filing a complaint apply. Complaints regarding a candidate not being prequalified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. Other complaints must be filed with The Complaints Board for Public Procurement within: 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date).
Organisation providing additional information about the procurement procedure : DSB SOV -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

5.1 Lot technical ID : LOT-0004

Title : DSB SOV, Insurance Procurement, PDBI
Description : The procurement is conducted as a negotiated procedure with prior call for competition.The procurement covers Property Damage, Business Interruption, Contingent Business Interruption and Rolling stock insurance.This tender is for the placement of 3 excess layers.Costs incurred by the tenderer in connection with the preparation and submission of a tender for one or more lots are the tenderers to bear and will not be reimbursed. There is anticipated to be one negotiation meeting held via Microsoft Teams.
Internal identifier : 248146888

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66515000 Damage or loss insurance services
Additional classification ( cpv ): 66515100 Fire insurance services
Additional classification ( cpv ): 66515200 Property insurance services

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 12 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 11 900 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Due to a system error, there is a Lot 4 appearing on the Contract Notice. There is no Lot 4 applicable for this tender. Please disregard Lot 4.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : General yearly turnover
Description : Its general yearly turnover for the number of financial years required in the relevant notice, the procurement documents or the ESPD is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average yearly turnover
Description : Its average yearly turnover for the number of years required in the relevant notice, the procurement documents or the ESPD is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Specific yearly turnover
Description : Its specific yearly turnover in the business area covered by the contract for the number of financial years required in the relevant notice, the procurement documents or the ESPD is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Specific average turnover
Description : Its specific average yearly turnover in the business area covered by the contract for the number of years required in the relevant notice, the procurement documents or the ESPD is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Set up of economic operator
Description : In case the information concerning turnover (general or specific) is not available for the entire period required, please state the date on which the economic operator was set up or started trading:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial ratio
Description : 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:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Professional risk indemnity insurance
Description : The insured amount in its professional risk indemnity insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic or financial requirements
Description : Concerning the other economic or financial requirements, if any, that may have been specified in the relevant notice or the procurement documents, the economic operator declares that: Minimum level(s) of standards possibly required
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates by independent bodies about quality assurance standards
Description : Will the economic operator be able to produce certificates drawn up by independent bodies attesting that the economic operator complies with the required quality assurance standards, including accessibility for disabled persons?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates by independent bodies about environmental management systems or standards
Description : Will the economic operator be able to produce certificates drawn up by independent bodies attesting that the economic operator complies with the required environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a relevant professional register
Description : It is enrolled in relevant professional registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : For service contracts: authorisation of particular organisation needed
Description : Is a particular authorisation of a particular organisation needed in order to be able to perform the service in question in the country of establishment of the economic operator?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : For service contracts: membership of particular organisation needed
Description : Is a particular membership of a particular organisation needed in order to be able to perform the service in question in the country of establishment of the economic operator?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Concession to write insurance in Denmark
Description : All Tenderers who wish to submit a tender must file a request for participation by submitting the European Single Procurement Document (hereafter ESPD) in accordance with the time limits put forth in the procurement documents. The Tenderer must declare whether the Tenderer is covered by the exclusion grounds listed in the ESPD. To fulfil the suitability criterion “Enrolment in a trade register” in the ESPD, all Tenderers must uphold permission to write insurance risks as specified in this tender by the Danish FSA.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : For service contracts: performance of services of the specified type
Description : For public service contracts only: During the reference period, the economic operator has provided the following main services of the type specified. Contracting authorities may require up to three years and allow experience dating from more than three years.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technicians or technical bodies for quality control
Description : It can call upon the following technicians or technical bodies, especially those responsible for quality control. For technicians or technical bodies not belonging directly to the economic operator's undertaking but on whose capacities the economic operator relies as set out under Part II, Section C, separate ESPD forms must be filled in.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and measures for ensuring quality
Description : It uses the following technical facilities and measures for ensuring quality and its study and research facilities are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Study and research facilities
Description : It uses the following study and research facilities:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Supply chain management
Description : It will be able to apply the following supply chain management and tracking systems when performing the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Allowance of checks
Description : For complex products or services to be supplied or, exceptionally, for products or services which are required for a special purpose: The economic operator will allow checks to be conducted on the production capacities or the technical capacity of the economic operator and, where necessary, on the means of study and research which are available to it and on the quality control measures? The check is to be performed by the contracting authority or, in case the latter consents to this, on its behalf by a competent official body of the country in which the supplier or service provider is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Educational and professional qualifications
Description : The following educational and professional qualifications are held by the service provider or the contractor itself, and/or (depending on the requirements set out in the relevant notice or the procurement documents) by its managerial staff.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : The economic operator will be able to apply the following environmental management measures when performing the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of managerial staff
Description : The economic operator's number of managerial staff for the last three years were as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average annual manpower
Description : The economic operator's average annual manpower for the last three years were as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, plant or technical equipment
Description : The following tools, plant or technical equipment will be available to it for performing the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Subcontracting proportion
Description : The economic operator intends possibly to subcontract the following proportion (i.e. percentage) of the contract. Please note that if the economic operator has decided to subcontract a part of the contract and relies on the subcontractor's capacities to perform that part, then please fill in a separate ESPD for such subcontractors, see Part II, Section C above.
Use of this criterion : Not used

5.1.11 Procurement documents

Address of the procurement documents : https://permalink.mercell.com/248146888.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 04/03/2025 15:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See tender materials.
Financial arrangement : See tender materials.

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 : Pursuant to Danish act on The Complaints Board for Public Procurement (act No 492 of 12.5.2010 with subsequent amendments - available at www.retsinformation. dk), the following time limits for filing a complaint apply. Complaints regarding a candidate not being prequalified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. Other complaints must be filed with The Complaints Board for Public Procurement within: 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date).
Organisation providing additional information about the procurement procedure : DSB SOV -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

8. Organisations

8.1 ORG-0001

Official name : DSB SOV
Registration number : 25050053
Postal address : Telegade 2
Town : Taastrup
Postcode : 2630
Country subdivision (NUTS) : Østsjælland ( DK021 )
Country : Denmark
Contact point : Asger Nørgaard
Telephone : +45 24 68 44 04
Internet address : https://www.dsb.dk/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

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) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +45 72405600
Fax : +45 33307799
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
Telephone : +45 41715000
Fax : +45 41715100
Internet address : http://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 : ce4e2ce1-2938-4e56-acb9-984095503c8c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/01/2025 13:41 +00:00
Notice dispatch date (eSender) : 31/01/2025 13:41 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00071981-2025
OJ S issue number : 23/2025
Publication date : 03/02/2025