CPH City & Port I/S' (Udviklingsselskabet By & Havn I/S') public procurement procedure concerning supply and installation of a 132/30 kV - 55 MVA - Power Transformer
This tender procedure concerns supply and installation of a 132/30 kV – 55MVA – Power Transformer to connect CPH City and Port’s new shoreside power system to the local grid and thereby utilize the full capacity of the purchased shoreside power system. The project includes the design, supply, and installation of a 132/30 kV – 55 MVA – Power Transformer in accordance with the specifications provided by the customer. The Power Transformer will supply power from the local energy grid to the shore power system for cruise ships calling at both Oceankaj in Nordhavn and Langeliniekaj in Copenhagen Inner Harbour. The project includes finalizing of design into a complete execution project, including Design Management and ICT management in accordance with the requirements provided by the customer, and supply and install of all necessary parts of the finalization of a Power Transformer adhering to the functional requirements.
Deadline
Fristen for modtagelse af bud var på 2025-08-08.
Indkøbet blev offentliggjort på 2025-05-23.
Udbudsbekendtgørelse (2025-05-23) Objekt Omfanget af udbuddet
Titel: CPH City & Port I/S' (Udviklingsselskabet By & Havn I/S') public procurement procedure concerning supply and installation of a 132/30 kV - 55 MVA - Power Transformer
Referencenummer: 2025/05
Kort beskrivelse:
“This tender procedure concerns supply and installation of a 132/30 kV – 55MVA – Power Transformer to connect CPH City and Port’s new shoreside power system...”
Kort beskrivelse
This tender procedure concerns supply and installation of a 132/30 kV – 55MVA – Power Transformer to connect CPH City and Port’s new shoreside power system to the local grid and thereby utilize the full capacity of the purchased shoreside power system.
The project includes the design, supply, and installation of a 132/30 kV – 55 MVA – Power Transformer in accordance with the specifications provided by the customer. The Power Transformer will supply power from the local energy grid to the shore power system for cruise ships calling at both Oceankaj in Nordhavn and Langeliniekaj in Copenhagen Inner Harbour.
The project includes finalizing of design into a complete execution project, including Design Management and ICT management in accordance with the requirements provided by the customer, and supply and install of all necessary parts of the finalization of a Power Transformer adhering to the functional requirements.
Vis mere
Kontrakttype: Varer
Produkter/tjenester: Elektriske maskiner, apparatur, udstyr og forbrugsartikler; belysning📦
Anslået værdi uden moms: 25 000 000 DKK 💰
Beskrivelse
Intern ID: 2025/05
Anslået værdi uden moms: 25 000 000 DKK 💰
Beskrivelse af udbuddet:
“This tender procedure concerns supply and installation of a 132/30 kV – 55MVA – Power Transformer to connect CPH City and Port’s new shoreside power system...”
Beskrivelse af udbuddet
This tender procedure concerns supply and installation of a 132/30 kV – 55MVA – Power Transformer to connect CPH City and Port’s new shoreside power system to the local grid and thereby utilize the full capacity of the purchased shoreside power system.
The project includes the design, supply, and installation of a 132/30 kV – 55 MVA – Power Transformer in accordance with the specifications provided by the customer. The Power Transformer will supply power from the local energy grid to the shore power system for cruise ships calling at both Oceankaj in Nordhavn and Langeliniekaj in Copenhagen Inner Harbour.
The project includes finalizing of design into a complete execution project, including Design Management and ICT management in accordance with the requirements provided by the customer, and supply and install of all necessary parts of the finalization of a Power Transformer adhering to the functional requirements.
Vis mere
Yderligere oplysninger:
“The Contracting Authority will exclude economic operators who are covered by one or more of the voluntary grounds for exclusion in section 137(1), number...”
Yderligere oplysninger
The Contracting Authority will exclude economic operators who are covered by one or more of the voluntary grounds for exclusion in section 137(1), number (2) or (6) of the Danish Public Procurement Act.
As documentation of the fact that the tenderer is not subject to the grounds for exclusion, the Contracting Authority will accept the following:
• An extract from the relevant register or a similar document issued by a competent judicial or administrative authority stating that the candidate or tenderer is not subject to the grounds for exclusion stipulated in section 135(1).
• A certificate issued by the competent authority in the country referred to as documentation that the candidate is not subject to the grounds for exclusion stipulated in the cases stated in section 135(3) and section 137(1)(2 or 6).
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 in section 135(1) or (3) and section 137(1)(2 or 6), those documents or certificates can be replaced by a statement provided on oath. If statements 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 registered can be applied.
For tenderers registered in Denmark, this documentation can be in the form of a service certificate issued by the Danish Business Authority on request. This also applies in case the tenderer has foreign members in the board, management or supervisory committee.
The Contracting Authority will accept sufficient documentation from national authorities in the national language. The Contracting Authority requests this documentation to be unofficially translated into English.
Documentation must not have been issued earlier than 6 months prior to the deadline of submission of tender.
As documentation that the tenderer meets the requirements for suitability, the tenderer will be asked to submit:
• Audited annual accounts or extracts thereof, showing the tenderer's annual turnover, equity and solvency ratio in the past three (3) most recently completed and audited financial reports at the deadline of submission of the tender.
• Contact information for the contact person(s) of the customers that the tenderer has provided as references in the ESPD, if these do not appear in the ESPD.
The tenderer may document its fulfilment of the minimum requirements for economic and financial standing by any other document that the Contracting Authority deems appropriate if the tenderer for a valid reason is unable to submit the above documents or is unable to document one or more of the minimum requirements by the audited annual accounts.
In addition, the tenderer is not obliged to provide documentation for information that the Contracting Authority can obtain itself in a national database. In this case, however, the tenderer must state where this documentation can be found.
If the tenderer is a group of economic operators (e.g. a consortia), documentation in relation to both grounds for exclusion and suitability must be submitted for each of the entities in the group.
If the tenderer relies on the economic and financial standing and /or technical and professional ability of one or more entities, documentation for reasons of exclusion and relevant documentation of suitability must also be submitted for each of the supporting entities.
The Power Transformer will supply power from the local energy grid to the shore power system for cruise ships calling at both Oceankaj in Nordhavn and Langeliniekaj in Copenhagen Inner Harbour.
Vis mere
Land: Danmark 🇩🇰
Sted for udførelsen: Byen København🏙️
Varighed: 32 (MONTH)
Nedenstående tidsramme er udtrykt i antal måneder.
Højeste antal fornyelser: 0
Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“The Contract has the following options:
• Option 1: Upgrade of the Power Transformer from 55 MVA to 68 MVA
• Option 2: Storage of the Power Transformer...”
Beskrivelse af mulighederne
The Contract has the following options:
• Option 1: Upgrade of the Power Transformer from 55 MVA to 68 MVA
• Option 2: Storage of the Power Transformer and all accessories
• Option 3: Extension of the warranty period with up to 3 times 1 year
• Option 4: Additional support on site
• Option 5: Supply and installation of a Dissolved Gas Analyzer
• Option 6: Supply and installation of an Automatic Voltage Regulator (AVR) panel
• Option 7: Current Power Transformer on the HV neutral point connection to earth
Vis mere Kriterier for tildeling
Pris ✅
Pris (justeringskoefficient): 60
Kvalitetskriterium (navn): Planning of Works
Kvalitetskriterium (vægtning): 30
Kvalitetskriterium (navn): Quality, Health, Safety, and Environmental (QHSE)
Kvalitetskriterium (vægtning): 10
Titel
Partiets identifikationsnummer: LOT-0000
Omfanget af udbuddet
Yderligere produkter/tjenester: Transformatorer📦
Procedure Type af procedure
Åben procedure ✅
Retsgrundlag: Direktiv 2014/25/EU
Hovedpunkterne i proceduren:
“The Tender Procedure will be implemented as an open procedure pursuant to Directive 2014/25/EU of the European Parliament and of the Council of 26 February...”
Hovedpunkterne i proceduren
The Tender Procedure will be implemented as an open procedure pursuant to Directive 2014/25/EU of the European Parliament and of the Council of 26 February 2014 (Utility Directive) as implemented by the Consolidation Act no. 1624 of 15 December 2015.
The procurement procedure is carried out according to the Utility Directive. It follows from the Consolidation Act that several sections in the Danish Public Procurement Act (Act no. 10 of 6 January 2023) also apply to procurement procedures pursuant to the Utility Directive. When reference is made in the following to sections in the Danish Public Procurement Act, this is done in accordance with the Consolidation Act stated.
The Contracting Authority will award the Contract on the terms and conditions set out in the draft Contract to the most economically advantageous tender based on the criteria ‘best price-quality ratio’.
Vis mere Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2025-08-08 10:00:00 📅
Betingelser for åbning af buddene: 2025-08-08 10:05:00 📅
Betingelser for åbning af buddene (sted): There will not be public access for the opening of tenders
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 3
Udbudsbetingelser
Tilbudsgivere kan indgive mere end ét tilbud
Avanceret eller kvalificeret elektronisk signatur eller segl (jf forordning (EU) nr 910/2014) er påkrævet
Der kræves en garanti ✅
Åbningsdato: 2025-08-08 10:05:00 📅
Sted:
“There will not be public access for the opening of tenders”
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Elektronisk fakturering: Påkrævet
Der vil blive anvendt elektronisk betaling ✅ Kriterier for tildeling
Vægtningstype: Vægtning (procentdel, præcis)
Udbudsbetingelser
Kontrakten indeholder gennemførelsesbetingelser ✅
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“General yearly turnover: The tenderer must have a yearly turnover of at least 40.000.000 DKK excl. VAT in each of the past three (3) most recently completed...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
General yearly turnover: The tenderer must have a yearly turnover of at least 40.000.000 DKK excl. VAT in each of the past three (3) most recently completed and audited financial reports.
“Other economic or financial requirements: The tenderer must have an equity of at least 15.000.000 DKK in the most recently completed and audited financial reports.”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Other economic or financial requirements: The tenderer must have an equity of at least 15.000.000 DKK in the most recently completed and audited financial reports.
Vis mere Vis mere (1) “Other economic or financial requirements: The tenderer must have a solvency ratio ((equity / total assets) x 100) of at least 15 % in the most recently...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Other economic or financial requirements: The tenderer must have a solvency ratio ((equity / total assets) x 100) of at least 15 % in the most recently completed and audited financial report.
“For supply contracts: performance of deliveries of the specified type: The tenderer must provide a list of two (2) references is documenting experience with...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
For supply contracts: performance of deliveries of the specified type: The tenderer must provide a list of two (2) references is documenting experience with design, manufacturing, test, delivery and installation of minimum 132 kV primary voltage power transformers.
The references should contain the following information:
• Country of where each reference was delivered
• Brief description of the tasks performed by the tenderer including i) voltages, ii) MVA rating and iii) Type of oil
• The client’s name & address
• Year of delivery
Vis mere Betingelser for deltagelse
Krav om deponering og sikkerhedsstillelse:
“See Contract section 13. Performance bonds;
The Contractor’s payment of payment 1, payment 2 and payment 3 (see section 12.2 of the Contract) shall be...”
Krav om deponering og sikkerhedsstillelse
See Contract section 13. Performance bonds;
The Contractor’s payment of payment 1, payment 2 and payment 3 (see section 12.2 of the Contract) shall be made against an advance payment guarantee, by using the Purchaser’s paradigm (appendix 9). The advance payment guarantee must be in the form of an adequate bank guar-antee, fidelity insurance or some other adequate type of security.
The Contractor must no later than at the handover provide the Purchaser with a performance bond amounting to 10% of the Contract Sum with addition or deduction of all extra or reduced Services and in accordance with the Purchaser’s paradigm (appendix 10). The performance bond must be in the form of an adequate bank guarantee, fidelity insurance or some other ad-equate type of security.
Vis mere
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem:
“See payment conditions in section 12 of the contract” Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“The contract stipulates liquidated damages for certain delays and failure to meet performance requirements.” Betingelser for deltagelse
Udelukkelsesgrund: bankr-nat
bankruptcy
corruption
cred-arran
crime-org
finan-laund
fraud
human-traffic
insolvency
liq-admin
misrepresent
nati-ground
partic-confl
prep-confl
prof-misconduct
socsec-pay
susp-act
tax-pay
terr-offence
Beskrivelse af udelukkelsesgrunde:
“Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This...”
Beskrivelse af udelukkelsesgrunde
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.
“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...”
Beskrivelse af udelukkelsesgrunde
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.
Vis mere Vis mere (17) “Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation,...”
Beskrivelse af udelukkelsesgrunde
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.
“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...”
Beskrivelse af udelukkelsesgrunde
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.
“Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation,...”
Beskrivelse af udelukkelsesgrunde
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).
“Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation,...”
Beskrivelse af udelukkelsesgrunde
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).
“Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation,...”
Beskrivelse af udelukkelsesgrunde
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).
“Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation,...”
Beskrivelse af udelukkelsesgrunde
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).
“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...”
Beskrivelse af udelukkelsesgrunde
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.
“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...”
Beskrivelse af udelukkelsesgrunde
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.
“Can the economic operator confirm that:
a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the...”
Beskrivelse af udelukkelsesgrunde
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?
“Other exclusion grounds that may be foreseen in the national legislation of the contracting authority's or contracting entity's Member State. Has the...”
Beskrivelse af udelukkelsesgrunde
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?
“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...”
Beskrivelse af udelukkelsesgrunde
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?
“Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the...”
Beskrivelse af udelukkelsesgrunde
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?
“Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement...”
Beskrivelse af udelukkelsesgrunde
Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
“Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and...”
Beskrivelse af udelukkelsesgrunde
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?
“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...”
Beskrivelse af udelukkelsesgrunde
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.
“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...”
Beskrivelse af udelukkelsesgrunde
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?
“Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation,...”
Beskrivelse af udelukkelsesgrunde
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.
“The Contracting Authority will exclude economic operators who are covered by one or more of the voluntary grounds for exclusion in section 137(1), number...”
Yderligere oplysninger
The Contracting Authority will exclude economic operators who are covered by one or more of the voluntary grounds for exclusion in section 137(1), number (2) or (6) of the Danish Public Procurement Act.
As documentation of the fact that the tenderer is not subject to the grounds for exclusion, the Contracting Authority will accept the following:
• An extract from the relevant register or a similar document issued by a competent judicial or administrative authority stating that the candidate or tenderer is not subject to the grounds for exclusion stipulated in section 135(1).
• A certificate issued by the competent authority in the country referred to as documentation that the candidate is not subject to the grounds for exclusion stipulated in the cases stated in section 135(3) and section 137(1)(2 or 6).
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 in section 135(1) or (3) and section 137(1)(2 or 6), those documents or certificates can be replaced by a statement provided on oath. If statements 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 registered can be applied.
For tenderers registered in Denmark, this documentation can be in the form of a service certificate issued by the Danish Business Authority on request. This also applies in case the tenderer has foreign members in the board, management or supervisory committee.
The Contracting Authority will accept sufficient documentation from national authorities in the national language. The Contracting Authority requests this documentation to be unofficially translated into English.
Documentation must not have been issued earlier than 6 months prior to the deadline of submission of tender.
As documentation that the tenderer meets the requirements for suitability, the tenderer will be asked to submit:
• Audited annual accounts or extracts thereof, showing the tenderer's annual turnover, equity and solvency ratio in the past three (3) most recently completed and audited financial reports at the deadline of submission of the tender.
• Contact information for the contact person(s) of the customers that the tenderer has provided as references in the ESPD, if these do not appear in the ESPD.
The tenderer may document its fulfilment of the minimum requirements for economic and financial standing by any other document that the Contracting Authority deems appropriate if the tenderer for a valid reason is unable to submit the above documents or is unable to document one or more of the minimum requirements by the audited annual accounts.
In addition, the tenderer is not obliged to provide documentation for information that the Contracting Authority can obtain itself in a national database. In this case, however, the tenderer must state where this documentation can be found.
If the tenderer is a group of economic operators (e.g. a consortia), documentation in relation to both grounds for exclusion and suitability must be submitted for each of the entities in the group.
If the tenderer relies on the economic and financial standing and /or technical and professional ability of one or more entities, documentation for reasons of exclusion and relevant documentation of suitability must also be submitted for each of the supporting entities.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Nationalt registreringsnummer: 37795526
Postadresse: Toldboden 2
Postnummer: 8800
Postby: Viborg
Region: Vestjylland🏙️
Land: Danmark 🇩🇰
Enhed: Klagenævnet for Udbud
E-mail: klfu@naevneneshus.dk📧
Telefon: +45 72405600📞
Adresse til udveksling af oplysninger (URL) (eDelivery-Gateway): https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/🌏 Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Nationalt registreringsnummer: 10294819
Postadresse: Carl Jacobsens Vej 35
Postnummer: 2500
Postby: Valby
Region: Byen København🏙️
Land: Danmark 🇩🇰
Enhed: Konkurrence- og Forbrugerstyrelsen
E-mail: kfst@kfst.dk📧
Telefon: +45 41715000📞
Adresse til udveksling af oplysninger (URL) (eDelivery-Gateway): https://www.kfst.dk🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“The Danish Complaints Board for Public Procurement Act (Act no. 593 of 02.06.2016 which is available atwww.retsinformation.dk.) contains the regulation...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
The Danish Complaints Board for Public Procurement Act (Act no. 593 of 02.06.2016 which is available atwww.retsinformation.dk.) contains the regulation governing deadlines for review procedures regarding public procurement under Danish law. Complaints must be lodged with the Complaints Board within a 45 calendar day deadline initiated by CPH City & Port I/S’ publication of a contract award notice in the Official Journal of the European Union. The first day of the deadline is the day following the publication date, cf. section 7(2)(i) of the Danish Complaints Board for Public Procurement Act.
The complainant must notify CPH City & Port I/S of the complaint in writing at the latest at the same time as the complainant lodges the complaint with the Complaints Board. Furthermore, the complainant must inform CPH City & Port I/S as to whether or not the complaint has been lodged in the standstill-period and whether the complainant has requested the complaint to be given suspensory effect, cf. section 6(4) of the Danish Complaints Board for Public Procurement Act.
To lodge a complaint with the Danish Complaints Board for Public Procurement the complainant must pay a fee of DKK 20,000.
Vis mere Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Kilde: OJS 2025/S 101-339878 (2025-05-23)