Region Zealand is embarking on a significant consolidation and expansion initiative to establish a new, modern university hospital at the existing “Sjællands Universitetshospital” site in Køge (“New SUH”). Once completed, the facility will comprise approximately 187,000 m2 of clinical, diagnostic, and support functions, making it the largest hospital in the region. The overall goal is to centralize acute and specialized services, improve patient care and safety, enhance operational efficiency, and strengthen research and teaching capabilities. The construction schedule is divided into multiple stages. Ultimately, multiple hospital sites (including Roskilde and parts of Næstved) will relocate their clinical and support services to the newly expanded New SUH campus in Køge. To facilitate this large-scale move, the Region has commissioned a three-phase relocation. Throughout all phases, patient safety and minimal service disruption are critical. Given the scope of the hospital relocation, Region Zealand envisions that acute and specialized services – particularly Emergency, Intensive Care, and complex diagnostic areas – remain fully operational. Additionally, it is expected that most existing medical equipment, furniture, and other inventory will be reused, presenting both logistical and technical challenges (e.g. moving radiological scanners, ensuring the new or upgraded sterile processing department is active, and coordinating IT/telephony systems). Because of the complexity of the project, Region Zealand is committed to a structured activation phase (of up to 12 months prior to relocation), ensuring that buildings, infrastructure, technology, and personnel are ready for live operations. The relocation itself demands a methodical approach that balances a desire for compressed timelines with the operational realities of critical patient care.
Deadline
Fristen for modtagelse af bud var på 2025-04-14.
Indkøbet blev offentliggjort på 2025-03-14.
Udbudsbekendtgørelse (2025-03-14) Objekt Omfanget af udbuddet
Titel: EU procurement of hospital relocation management
Referencenummer: EMN-2025-01749
Kort beskrivelse:
“Region Zealand is embarking on a significant consolidation and expansion initiative to establish a new, modern university hospital at the existing...”
Kort beskrivelse
Region Zealand is embarking on a significant consolidation and expansion initiative to establish a new, modern university hospital at the existing “Sjællands Universitetshospital” site in Køge (“New SUH”). Once completed, the facility will comprise approximately 187,000 m2 of clinical, diagnostic, and support functions, making it the largest hospital in the region. The overall goal is to centralize acute and specialized services, improve patient care and safety, enhance operational efficiency, and strengthen research and teaching capabilities. The construction schedule is divided into multiple stages. Ultimately, multiple hospital sites (including Roskilde and parts of Næstved) will relocate their clinical and support services to the newly expanded New SUH campus in Køge. To facilitate this large-scale move, the Region has commissioned a three-phase relocation. Throughout all phases, patient safety and minimal service disruption are critical. Given the scope of the hospital relocation, Region Zealand envisions that acute and specialized services – particularly Emergency, Intensive Care, and complex diagnostic areas – remain fully operational. Additionally, it is expected that most existing medical equipment, furniture, and other inventory will be reused, presenting both logistical and technical challenges (e.g. moving radiological scanners, ensuring the new or upgraded sterile processing department is active, and coordinating IT/telephony systems). Because of the complexity of the project, Region Zealand is committed to a structured activation phase (of up to 12 months prior to relocation), ensuring that buildings, infrastructure, technology, and personnel are ready for live operations. The relocation itself demands a methodical approach that balances a desire for compressed timelines with the operational realities of critical patient care.
Vis mere
Kontrakttype: Tjenesteydelser
Produkter/tjenester: Virksomhedsrådgivning og administrativ rådgivning📦
Anslået værdi uden moms: 12 000 000 DKK 💰
Beskrivelse
Beskrivelse af udbuddet:
“Region Zealand is embarking on a significant consolidation and expansion initiative to establish a new, modern university hospital at the existing...”
Beskrivelse af udbuddet
Region Zealand is embarking on a significant consolidation and expansion initiative to establish a new, modern university hospital at the existing “Sjællands Universitetshospital” site in Køge (“New SUH”). Once completed, the facility will comprise approximately 187,000 m2 of clinical, diagnostic, and support functions, making it the largest hospital in the region. The overall goal is to centralize acute and specialized services, improve patient care and safety, enhance operational efficiency, and strengthen research and teaching capabilities. The construction schedule is divided into multiple stages. Ultimately, multiple hospital sites (including Roskilde and parts of Næstved) will relocate their clinical and support services to the newly expanded New SUH campus in Køge. To facilitate this large-scale move, the Region has commissioned a three-phase relocation. Throughout all phases, patient safety and minimal service disruption are critical. Given the scope of the hospital relocation, Region Zealand envisions that acute and specialized services – particularly Emergency, Intensive Care, and complex diagnostic areas – remain fully operational. Additionally, it is expected that most existing medical equipment, furniture, and other inventory will be reused, presenting both logistical and technical challenges (e.g. moving radiological scanners, ensuring the new or upgraded sterile processing department is active, and coordinating IT/telephony systems). Because of the complexity of the project, Region Zealand is committed to a structured activation phase (of up to 12 months prior to relocation), ensuring that buildings, infrastructure, technology, and personnel are ready for live operations. The relocation itself demands a methodical approach that balances a desire for compressed timelines with the operational realities of critical patient care.
Vis mere
Yderligere oplysninger:
“To obtain further information about this tender and to submit a tender, you must register your interest on the following website:...”
Yderligere oplysninger
To obtain further information about this tender and to submit a tender, you must register your interest on the following website: https://www.eu-supply.com/rs.asp and submit any tenders, ask questions, etc. All communication must be conducted through the system. Tenders cannot be submitted in paper form unless explicitly stated in the tender documents. This tender is subject to EU Regulation 576/2022, Article 1, No. 23, which amends EU Regulation 833/2014 by introducing Article 5k concerning the prohibition on awarding public contracts covered by the procurement directives to Russian nationals or legal persons, entities, or bodies established in Russia, etc. Reference is made to EU Regulation 576/2022 for the exact wording and scope of this provision. The Contracting Authority is entitled to request documentation at any time during the procurement process regarding the Tenderer’s and any subcontractors' place of establishment, ownership structure, and other relevant information to ensure compliance with this prohibition. If a Tenderer or its subcontractor is subject to this prohibition, it will result in exclusion from the procurement procedure. In accordance with Section 1.3.1 of the tender conditions, the Tenderer must submit an ESPD together with its tender. The Tenderer will be excluded from participating in the procurement procedure if it is subject to one or more of the mandatory exclusion grounds under Sections 134a, 135, and 136 of the Public Procurement Act and/or the voluntary exclusion grounds under Section 137(1), Nos. 1-2, unless exclusion can be waived pursuant to Section 138 of the Public Procurement Act. Before the Contracting Authority's decision on the award of the contract, the Tenderer to whom the Contracting Authority intends to award the contract must provide documentation in accordance with Sections 151-152, cf. Section 153 of the Public Procurement Act, to confirm the information submitted in the ESPD regarding the exclusion grounds under Sections 135 and 137 of the Public Procurement Act. For Danish companies, the required documentation must be provided in the form of a service certificate issued by the Danish Business Authority. For foreign companies, documentation regarding the mandatory exclusion grounds in Section 135(1) must be provided in the form of an extract from the relevant register or an equivalent document issued by a competent judicial or administrative authority, demonstrating that the Tenderer is not subject to the exclusion grounds. Regarding Section 135(3) and Section 137(1), Nos. 1-2, documentation must be provided in the form of a certificate issued by the competent authority in the relevant country as proof that the Tenderer is not subject to these exclusion grounds. If it is not possible to obtain the above-mentioned documents or certificates, or if they do not cover the exclusion grounds in Section 135(1) or (3) and Section 137(1), Nos. 1-2, they may be replaced by a sworn statement. If sworn statements are not used in the relevant country, a solemn declaration may be submitted before a competent judicial or administrative authority, a notary, or a competent professional organization in the country where the Tenderer is established. The service certificate must be issued no earlier than six months before the request date. Tenderers who do not have a valid service certificate are encouraged to request one no later than at the time of submitting the tender. Documentation may be submitted in Danish, English, German, Swedish, or Norwegian. However, if the Contracting Authority deems it necessary, the Tenderer will be required—at its own expense—to translate the documentation into Danish. Any annexes containing product data sheets, technical specifications, brochures, or similar materials must be in English.
Procedure Type af procedure
Åben procedure ✅ Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2025-04-14 21:55:00 📅
Betingelser for åbning af buddene: 2025-04-14 21:55:00 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 6
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Minimum requirements for the Tenderers’ economic and financial standing: Positive equity for the last three completed financial years. Annual revenue of at...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Minimum requirements for the Tenderers’ economic and financial standing: Positive equity for the last three completed financial years. Annual revenue of at least DKK 25 million in each of the last three completed financial years.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Minimum requirements for the Tenderers’ technical and professional ability: To demonstrate their expertise, the Tenderer must submit five relevant...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Minimum requirements for the Tenderers’ technical and professional ability: To demonstrate their expertise, the Tenderer must submit five relevant references from similar assignments that, collectively, fulfill the following elements: o At least one reference must include the planning and execution of a hospital relocation. o At least one reference must demonstrate experience with the relocation of sensitive diagnostic and treatment devices, requiring specialized care and adherence to healthcare regulations. o At least one reference must involve the coordinated relocation of a minimum of 200 patients in a single project. o At least one reference must document compliance with established medical and safety protocols during transport. o At least one reference must cover a hospital relocation project executed in multiple phases (minimum 2-3 phases). o At least one reference must demonstrate how the relocation period was reduced to ensure a rapid return to full operational capacity. o At least one reference must include a project where compliance with established medical and safety protocols during patient relocation was required. Each individual reference is not required to fulfill all elements; however, the five submitted references must, when combined, fully cover all the listed elements. If a single reference meets multiple elements, this must be clearly indicated in the submission. Each reference must meet the following additional requirements: Each reference must concern a project that was completed within the past five years, calculated from the tender submission deadline. Each reference must have a minimum contract value of DKK 3-5 million. References must be provided in the ESPD but may also be submitted as a separate document. Each reference must not exceed 2,400 characters. If a reference exceeds this limit, the Contracting Authority will only evaluate the first 2,400 characters; any content beyond this limit will not be considered. If the Tenderer submits more than five references, only the first five listed in the ESPD will be assessed. Any additional references will not be considered. If references from supporting entities are included, they will be reviewed only after the five primary references have been evaluated.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“The contract requires that the Supplier’s services be delivered in compliance with national and international laws and regulations concerning human rights,...”
Betingelser for opfyldelse af kontrakten
The contract requires that the Supplier’s services be delivered in compliance with national and international laws and regulations concerning human rights, labor rights, anti-corruption, and environmental protection. For further details, please refer to Section 13 of the contract.
“To obtain further information about this tender and to submit a tender, you must register your interest on the following website:...”
To obtain further information about this tender and to submit a tender, you must register your interest on the following website: https://www.eu-supply.com/rs.asp and submit any tenders, ask questions, etc. All communication must be conducted through the system. Tenders cannot be submitted in paper form unless explicitly stated in the tender documents. This tender is subject to EU Regulation 576/2022, Article 1, No. 23, which amends EU Regulation 833/2014 by introducing Article 5k concerning the prohibition on awarding public contracts covered by the procurement directives to Russian nationals or legal persons, entities, or bodies established in Russia, etc. Reference is made to EU Regulation 576/2022 for the exact wording and scope of this provision. The Contracting Authority is entitled to request documentation at any time during the procurement process regarding the Tenderer’s and any subcontractors' place of establishment, ownership structure, and other relevant information to ensure compliance with this prohibition. If a Tenderer or its subcontractor is subject to this prohibition, it will result in exclusion from the procurement procedure. In accordance with Section 1.3.1 of the tender conditions, the Tenderer must submit an ESPD together with its tender. The Tenderer will be excluded from participating in the procurement procedure if it is subject to one or more of the mandatory exclusion grounds under Sections 134a, 135, and 136 of the Public Procurement Act and/or the voluntary exclusion grounds under Section 137(1), Nos. 1-2, unless exclusion can be waived pursuant to Section 138 of the Public Procurement Act. Before the Contracting Authority's decision on the award of the contract, the Tenderer to whom the Contracting Authority intends to award the contract must provide documentation in accordance with Sections 151-152, cf. Section 153 of the Public Procurement Act, to confirm the information submitted in the ESPD regarding the exclusion grounds under Sections 135 and 137 of the Public Procurement Act. For Danish companies, the required documentation must be provided in the form of a service certificate issued by the Danish Business Authority. For foreign companies, documentation regarding the mandatory exclusion grounds in Section 135(1) must be provided in the form of an extract from the relevant register or an equivalent document issued by a competent judicial or administrative authority, demonstrating that the Tenderer is not subject to the exclusion grounds. Regarding Section 135(3) and Section 137(1), Nos. 1-2, documentation must be provided in the form of a certificate issued by the competent authority in the relevant country as proof that the Tenderer is not subject to these exclusion grounds. If it is not possible to obtain the above-mentioned documents or certificates, or if they do not cover the exclusion grounds in Section 135(1) or (3) and Section 137(1), Nos. 1-2, they may be replaced by a sworn statement. If sworn statements are not used in the relevant country, a solemn declaration may be submitted before a competent judicial or administrative authority, a notary, or a competent professional organization in the country where the Tenderer is established. The service certificate must be issued no earlier than six months before the request date. Tenderers who do not have a valid service certificate are encouraged to request one no later than at the time of submitting the tender. Documentation may be submitted in Danish, English, German, Swedish, or Norwegian. However, if the Contracting Authority deems it necessary, the Tenderer will be required—at its own expense—to translate the documentation into Danish. Any annexes containing product data sheets, technical specifications, brochures, or similar materials must be in English.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Nationalt registreringsnummer: 37795526
Postadresse: Nævnerens Hus, Toldboden 2
Postnummer: 8800
Postby: Viborg
Region: Vestjylland🏙️
Land: Danmark 🇩🇰
E-mail: klfu@naevneneshus.dk📧
Telefon: +45 72405600📞
URL: http://www.klfu.dk🌏 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: Københavns omegn🏙️
Land: Danmark 🇩🇰
E-mail: kfst@kfst.dk📧
Telefon: +45 41715000📞
URL: http://www.kfst.dk🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Precise information on complaint deadlines: Complaints must be submitted to the Complaints Board for Public Procurement within specific deadlines. A...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Precise information on complaint deadlines: Complaints must be submitted to the Complaints Board for Public Procurement within specific deadlines. A complaint regarding the failure to be prequalified must be received by the Complaints Board within 30 days from the day following the contracting authority’s notification of the prequalified candidates. Other complaints must be received by the Complaints Board within six months from the day following the publication of the contracting authority’s contract award notice in the Official Journal of the European Union. In the case of a framework agreement, complaints must be submitted within 12 months from the date on which the contracting authority informed the tenderers of its decision on the award of the contract. A more detailed description can be found on the website of the Complaints Board for Public Procurement: www.klfu.dk.
Vis mere Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Kilde: OJS 2025/S 053-170893 (2025-03-14)