Tender Details
Title

Denmark – Financial markets administration services – Kapitalforvaltning Place of performance: Denmark,Fyn Main nature of the contract: Services Official name: Syddansk Universitet Type of procedure: Open Denmark � Financial markets administration services � Kapitalforvaltning Place of performance: Denmark, Funen Main nature of the contract: Services Official name: Syddansk Universitet Type of procedure: Open

Country
Language
Danish
Organization
Published Date
02.10.2024
Deadline Date
05.11.2024
Overview
591757-2024 - Competition Competition Denmark: Financial markets administration services Kapitalforvaltning Type of procedure: Open Buyer Buyer: Syddansk Universitet Email: sush@sdu.dk Denmark, Fyn (DK031), Odense M LOT-0000: Kapitalforvaltning Financial markets administration services Denmark, Fyn (DK031) Start date: 15/12/2024 Duration end date: 31/05/2029 Deadline for receipt of tenders: 05/11/2024 - 10:00:00 (UTC+1) 591757-2024 - Competition Denmark – Financial markets administration services – Kapitalforvaltning OJ S 192/2024 02/10/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Syddansk Universitet Email: sush@sdu.dk Legal type of the buyer: Body governed by public law Activity of the contracting authority: Education 2. Procedure 2.1. Procedure Title: Kapitalforvaltning Description: Udbuddet vedrører en Kontrakt på levering af kapitalforvaltning. Ordregiver har gennem en årrække opbygget en finansiel reserve i form af værdipapirer og likvider, som er blevet forvaltet af eksterne kapitalforvaltere. Ordregiver ønsker at undersøge markedet for kapitalforvaltningsydelser og sætter hermed kapitalforvaltning i udbud. Formålet med udbuddet er at sikre bedst muligt afkast i forhold til den anlagte risikoprofil i den til enhver tid gældende Investeringspolitik - www.sdu.dk/da/om-sdu/organisationen/investeringspolitik, vedrørende anbringelse af universitetets overskydende midler. Det er derfor afgørende for Ordregiver, at Tilbudsgiverne i deres tilbud fokuserer på de krav, Ordregiver har. De frie midler, som ønskes forvaltet, udgør i dag ca. DKK 450 mio. Initialt vil Kapi-talforvalterne skulle forvalte en portefølje på ca. DKK 200 - 300 mio. hver. De vindende Tilbudsgivere overtager i den forbindelse Ordregivers eksisterende porteføljer fra de nuværende kapitalforvalte-re. De realiserede afkast og udtrækninger forudsættes geninvesteret løbende. Procedure identifier: 0cbbbc70-9518-465b-8ab3-bbdbb49a56da Internal identifier: 343549 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 66150000 Financial markets administration services 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Bankruptcy: En ansøger eller tilbudsgiver vil blive udelukket fra deltagelse i udbudsproceduren, hvis ansøgeren eller tilbudsgiveren er erklæret konkurs eller er under insolvens- eller likvidationsbehandling, hvis dennes aktiver administreres af en kurator eller af retten, hvis denne er under tvangsakkord, hvis dennes erhvervsvirksomhed er blevet indstillet eller denne befinder sig i en lignende situation i henhold til en tilsvarende procedure, der er fastsat i national lovgivning, hvor ansøgeren eller tilbudsgiveren er hjemhørende. Dokumentation: i overensstemmelse med udbudslovens §§ 152-153. Insolvency: En ansøger eller tilbudsgiver vil blive udelukket fra deltagelse i udbudsproceduren, hvis ansøgeren eller tilbudsgiveren er erklæret konkurs eller er under insolvens- eller likvidationsbehandling, hvis dennes aktiver administreres af en kurator eller af retten, hvis denne er under tvangsakkord, hvis dennes erhvervsvirksomhed er blevet indstillet eller denne befinder sig i en lignende situation i henhold til en tilsvarende procedure, der er fastsat i national lovgivning, hvor ansøgeren eller tilbudsgiveren er hjemhørende. Dokumentation: i overensstemmelse med udbudslovens §§ 152-153. Guilty of grave professional misconduct: En ordregiver skal udelukke en ansøger eller en tilbudsgiver fra deltagelse i en udbudsprocedure, når ordregiveren kan påvise, at ansøgeren eller tilbudsgiveren i forbindelse med udøvelsen af sit erhverv har begået alvorlige forsømmelser, der sår tvivl om ansøgerens eller tilbudsgiverens integritet. Dokumentation: Ordregiver er berettiget til at indhente relevant dokumentation for hvorvidt ansøger eller tilbudsgiver befinder sig i en situation som kan medføre udelukkelse i medfør af nærværende udelukkelsesgrund. Conflict of interest due to its participation in the procurement procedure: En ordregiver skal udelukke en ansøger eller en tilbudsgiver fra deltagelse i en udbudsprocedure, når ordregiveren kan påvise, at en interessekonflikt, jf. udbudslovens § 24, nr. 18, i forhold til det pågældende udbud ikke kan afhjælpes effektivt med mindre indgribende foranstaltninger. Dokumentation: Ordregiver er berettiget til at indhente relevant dokumentation for hvorvidt ansøger eller tilbudsgiver befinder sig i en situation som kan medføre udelukkelse i medfør af nærværende udelukkelsesgrund. Direct or indirect involvement in the preparation of this procurement procedure: En ordregiver skal udelukke en ansøger eller en tilbudsgiver fra deltagelse i en udbudsprocedure, når ordregiveren kan påvise, at en konkurrencefordrejning som omhandlet i udbudslovens § 39 som følge af den forudgående inddragelse af de økonomiske aktører i forberedelsen af udbudsproceduren i forhold til det pågældende udbud ikke kan afhjælpes med mindre indgribende foranstaltninger. Dokumentation: Ordregiver er berettiget til at indhente relevant dokumentation for hvorvidt ansøger eller tilbudsgiver befinder sig i en situation som kan medføre udelukkelse i medfør af nærværende udelukkelsesgrund. Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: En ordregiver skal udelukke en ansøger eller en tilbudsgiver fra deltagelse i en udbudsprocedure, når ordregiveren kan påvise, at ansøgeren eller tilbudsgiveren i det pågældende udbud har givet groft urigtige oplysninger, har tilbageholdt oplysninger eller ikke er i stand til at fremsende supplerende dokumenter vedrørende udelukkelsesgrundene i udbudslovens § 135, stk. 1 eller 3, og, hvis det er relevant, i udbudslovens § 137, stk. 1, nr. 2 eller 6, de fastsatte minimumskrav til egnethed i udbudslovens §§ 140-144 eller udvælgelsen i § 145. Dokumentation: Ordregiver er berettiget til at indhente relevant dokumentation for hvorvidt ansøger eller tilbudsgiver befinder sig i en situation som kan medføre udelukkelse i medfør af nærværende udelukkelsesgrund. Purely national exclusion grounds: Udbudslovens § 134 a finder anvendelse, hvorfor en ordregiver skal udelukke en ansøger eller tilbudsgiver fra deltagelse i en udbudsprocedure, hvis ansøgeren eller tilbudsgiveren er etableret i et land, der er optaget på EU-listen over ikkesamarbejdsvillige skattejurisdiktioner og ikke har tiltrådt WTO’s Government Procurement Agreement eller øvrige handelsaftaler, der forpligter Danmark til at åbne markedet for offentlige kontrakter for tilbudsgivere etableret i det pågældende land. Udbudslovens § 134 a, Stk. 2: § 135, stk. 6, finder tilsvarende anvendelse på situationer omfattet af stk. 1. Dokumentation: Ordregiver er berettiget til at indhente relevant dokumentation for hvorvidt ansøger eller tilbudsgiver befinder sig i en situation som kan medføre udelukkelse i medfør af nærværende udelukkelsesgrund. Terrorist offences or offences linked to terrorist activities: En ordregiver skal udelukke en ansøger eller tilbudsgiver fra deltagelse i en udbudsprocedure, hvis ansøgeren eller tilbudsgiveren ved endelig dom er dømt eller har vedtaget bødeforlæg for terrorhandlinger eller strafbare handlinger med forbindelse til terroraktivitet som defineret i henholdsvis artikel 1, 3 og 4 i Rådets rammeafgørelse 2002/475/RIA af 13. juni 2002 om bekæmpelse af terrorisme (EU-Tidende 2002, nr. L 164, side 3) som ændret ved Rådets rammeafgørelse 2008/919/RIA af 28. november 2008 om ændring af rammeafgørelse 2002/475/RIA om bekæmpelse af terrorisme (EU-Tidende 2008, nr. L 330, side 21). Dokumentation: i overensstemmelse med udbudslovens §§ 152-153 Payment of social security contributions: Ordregiveren skal udelukke en ansøger eller en tilbudsgiver, der har ubetalt forfalden gæld på 100.000 kr. eller derover til offentlige myndigheder vedrørende skatter, afgifter eller bidrag til sociale sikringsordninger i henhold til dansk lovgivning eller lovgivningen i det land, hvor ansøgeren eller tilbudsgiveren er etableret. Dokumentation: i overensstemmelse med udbudslovens §§ 152-153. Payment of taxes: Ordregiveren skal udelukke en ansøger eller en tilbudsgiver, der har ubetalt forfalden gæld på 100.000 kr. eller derover til offentlige myndigheder vedrørende skatter, afgifter eller bidrag til sociale sikringsordninger i henhold til dansk lovgivning eller lovgivningen i det land, hvor ansøgeren eller tilbudsgiveren er etableret. Dokumentation: i overensstemmelse med udbudslovens §§ 152-153. Participation in a criminal organisation: En ordregiver skal udelukke en ansøger eller tilbudsgiver fra deltagelse i en udbudsprocedure, hvis ansøgeren eller tilbudsgiveren ved endelig dom er dømt eller har vedtaget bødeforlæg for handlinger begået som led i en kriminel organisation som defineret i artikel 2 i Rådets rammeafgørelse 2008/841/RIA af 24. oktober 2008 (EU-Tidende 2008, nr. L 300, side 42). Dokumentation: i overensstemmelse med udbudslovens §§ 152-153. Money laundering or terrorist financing: En ordregiver skal udelukke en ansøger eller tilbudsgiver fra deltagelse i en udbudsprocedure, hvis ansøgeren eller tilbudsgiveren ved endelig dom er dømt eller har vedtaget bødeforlæg for hvidvaskning af penge eller finansiering af terrorisme som defineret i artikel 1 i Europa-Parlamentets og Rådets direktiv 2005/60/EF af 26. oktober 2005 om forebyggende foranstaltninger mod anvendelse af det finansielle system til hvidvaskning af penge og finansiering af terrorisme (EU-Tidende 2005, nr. L 309, side 15). Dokumentation: i overensstemmelse med udbudslovens §§ 152-153. Fraud: En ordregiver skal udelukke en ansøger eller tilbudsgiver fra deltagelse i en udbudsprocedure, hvis ansøgeren eller tilbudsgiveren ved endelig dom er dømt eller har vedtaget bødeforlæg for svig som omhandlet i artikel 1 i konventionen om beskyttelse af De Europæiske Fællesskabers finansielle interesser. Dokumentation: i overensstemmelse med udbudslovens §§ 152-153. Child labour and other forms of trafficking in human beings: En ordregiver skal udelukke en ansøger eller tilbudsgiver fra deltagelse i en udbudsprocedure, hvis ansøgeren eller tilbudsgiveren ved endelig dom er dømt eller har vedtaget bødeforlæg for overtrædelse af straffelovens § 262 a eller, for så vidt angår en dom fra et andet land angående børnearbejde og andre former for menneskehandel som defineret i artikel 2 i Europa-Parlamentets og Rådets direktiv 2011/36/EU af 5. april 2011 om forebyggelse og bekæmpelse af menneskehandel og beskyttelse af ofrene herfor, og om erstatning af Rådets rammeafgørelse 2002/629/RIA (EU-Tidende 2011, nr. L 101, side 1). Dokumentation: i overensstemmelse med udbudslovens §§ 152-153. Corruption: En ordregiver skal udelukke en ansøger eller tilbudsgiver fra deltagelse i en udbudsprocedure, hvis ansøgeren eller tilbudsgiveren ved endelig dom er dømt eller har vedtaget bødeforlæg for bestikkelse som defineret i artikel 3 i konventionen om bekæmpelse af bestikkelse, som involverer tjenestemænd ved De Europæiske Fællesskaber eller i Den Europæiske Unions medlemsstater, og artikel 2, stk. 1, i Rådets rammeafgørelse 2003/568/RIA af 22. juli 2003 om bekæmpelse af bestikkelse i den private sektor (EU-Tidende 2003, nr. L 192, side 54) og bestikkelse som defineret i den nationale ret i ansøgerens eller tilbudsgiverens medlemsstat eller hjemland eller i det land, hvor ansøgeren eller tilbudsgiveren er etableret. Dokumentation: i overensstemmelse med udbudslovens §§ 152-153. 5. Lot 5.1. Lot: LOT-0000 Title: Kapitalforvaltning Description: Udbuddet vedrører en Kontrakt på levering af kapitalforvaltning. Ordregiver har gennem en årrække opbygget en finansiel reserve i form af værdipapirer og likvider, som er blevet forvaltet af eksterne kapitalforvaltere. Ordregiver ønsker at undersøge markedet for kapitalforvaltningsydelser og sætter hermed kapitalforvaltning i udbud. Formålet med udbuddet er at sikre bedst muligt afkast i forhold til den anlagte risikoprofil i den til enhver tid gældende Investeringspolitik - www.sdu.dk/da/om-sdu/organisationen/investeringspolitik, vedrørende anbringelse af universitetets overskydende midler. Det er derfor afgørende for Ordregiver, at Tilbudsgiverne i deres tilbud fokuserer på de krav, Ordregiver har. De frie midler, som ønskes forvaltet, udgør i dag ca. DKK 450 mio. Initialt vil Kapi-talforvalterne skulle forvalte en portefølje på ca. DKK 200 - 300 mio. hver. De vindende Tilbudsgivere overtager i den forbindelse Ordregivers eksisterende porteføljer fra de nuværende kapitalforvalte-re. De realiserede afkast og udtrækninger forudsættes geninvesteret løbende. Internal identifier: 343549 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 66150000 Financial markets administration services Options: Description of the options: Mulighed for forlængelse i 2 x 24 måneder 5.1.2. Place of performance Country subdivision (NUTS): Fyn (DK031) Country: Denmark 5.1.3. Estimated duration Start date: 15/12/2024 Duration end date: 31/05/2029 5.1.4. Renewal Maximum renewals: 2 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Øvrige økonomiske og finansielle krav Description: Tilhørsforhold: Hvis Tilbudsgiver er et datterselskab i en finanskoncern, skal moderselskabet garantere for TIlbudsgiver, herunder for eventuelle tab som følge af fejl begået af Tilbudsgiver. Det skal beskrives, hvorledes Tilbudsgiver eventuelt er tilknyttet et moderskelskab, eventuelt som filial. Tilbudsgiver skal leve op til GIPS-standarderne (Global Investment Performance Standards) Tilbudsgiver skal være et systemisk vigtig finansielt institut (SIFI) Use of this criterion: Used Criterion: Type: Technical and professional ability Name: For så vidt angår tjenesteydelseskontrakter: udførelse af tjenesteydelser af den anførte type Description: Tilbudsgiver skal anføre virksomhedens betydeligste tilsvarende tjenesteydelser, i form af relevante porteføljeforvaltningsopgaver, der er udført de seneste tre år, samt performance og handelsfrekvens. På baggrund af Tilbudsgivers angivne oplysninger skal det være muligt at vurdere om følgende mindstekrav er opfyldt: - At Tilbudsgiver gennem de seneste tre år har forvaltet en portefølje omfattende de i SDU’s investeringspolitik angivne typer af investeringsaktiver. - At Tilbudsgiver gennem de seneste tre år kan påvise erfaring med kapitalforvaltning af enkeltmandater på henholdsvis DKK 300 mio. og DKK 500 mio. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Uddannelsesmæssige og faglige kvalifikationer Description: Tilbudsgiver skal anføre oplysninger om de uddannelsesmæssige og faglige kvalifikationer på den eller de personer, der er ansvarlige for udførelsen af tjenesteydelserne. På baggrund af Tilbudsgivers angivne oplysninger skal det være muligt at vurdere om følgende mindstekrav er opfyldt: - At de medarbejdere der vil blive tilknyttet opgaven har minimum tre års erfaring inden for kvalitetskontrol af kapitalforvaltning - At de medarbejdere der vil blive tilknyttet opgaven har en relevant økonomisk og finansiel uddannelsesmæssig baggrund samt minimum tre års erfaring med kapitalforvaltning. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Description: Ikke anvendt Use of this criterion: Not used 5.1.10. Award criteria Criterion: Type: Quality Description: Kvalitet: Ved vurderingen af kriteriet Kvalitet vil der blive lagt vægt på: • Tilbudsgivers tilbudte investeringsproces og de oplyste investeringsstrategier. Der vil her blive lagt vægt på argumentationen bag anvendelsen af de foreslåede investeringsprocesser og – strategier i forhold til risiko-/afkastprofilen på den portefølje, som Tilbudsgiver foreslår i sit tilbud. I tillæg hertil vil der blive lagt vægt på, hvilke værdier de valgte investeringsstrategier forventes at skabe for Ordregiver • Hvorledes Tilbudsgiver vil sikre handel til bedst mulig pris • Redegørelse for de modeller og analyser, som Tilbudsgiver anvender i forbindelse med porteføljepleje, herunder Tilbudsgivers redegørelse for, hvilke vægtningskriterier Tilbudsgiver lægger til grund i porteføljesammensætningen • Hvilke processer Tilbudsgiver opererer med i forbindelse med implementering af ændringer i investeringspolitikken. • Tilbudsgiver skal med baggrund i den foreslåede porteføljesammensætning komme med forslag til relevante benchmarks, som kan anvendes over for alle fremtidige kapitalforvaltere ved måling af afkast • Tilbudsgivers viden om bæredygtige investeringer i relation til den udbudte kontrakt Vurderingen foretages på baggrund af Tilbudsgivers udfyldelse af Bilag 3 – Løsningsbeskrivelse. Tilbudsgiver skal desuden vedlægge et eksempel på en bæredygtighedsrapport. Det vægter positivt, hvis rapporten er overskuelig og indeholder yderligere oplysninger end de i kravspecifikationen nævnte. Weight (percentage, exact): 35 Criterion: Type: Quality Description: Risikovurdering og afkastforventninger: Ved vurdering af kriteriet Risikovurdering og afkastforventninger vil der blive lagt vægt på: • Hvordan Tilbudsgiver ved brug af relevante metoder og modeller måler og styrer risiko i forbindelse med porteføljeplejen (og i forlængelse heraf de anvendte backupprocedurer) samt oplæg til afrapportering. • Tilbudsgivers foreslåede porteføljesammensætning. Tilbudsgiver skal dokumentere evnen til at producere absolut afkast inden for rammerne i investeringspolitikken, de opstillede principper for ansvarlige investeringer (PRI) og de anførte varighedsmål for de respektive porteføljer • Redegørelse for de fremtidige performanceforventninger på ét og to års sigt samt sammenligningstal for afkast og risiko for de seneste tre år for en portefølje, som risikomæssigt svarer til den. Tilbudsgiver vil sammensætte til Ordregiver • Tilbudsgivers angivelse af Information Ratio på en portefølje, der indeholder de i investeringspolitikken fastlagte investeringsaktiver og rammer for investeringsomfang • Tilbudsgivers beskrivelse af de specifikke risk management- og compliance-procedurer, som er relevante for dette mandat Vurdering foretages på baggrund af Tilbudsgivers udfyldelse af Bilag 3 – Løsningsbeskrivelse Weight (percentage, exact): 30 Criterion: Type: Price Description: Samlede omkostninger: Ved vurderingen af kriteriet Samlede omkostninger vil der blive lagt vægt på: • Den samlede maksimale årlige omkostning, forbundet med forvaltningen af Ordregivers midler, baseret på Tilbudsgivers udfyldelse af Bilag 2 - Tilbudsliste. Alle priser skal afgives i danske kroner, eksklusiv moms, men inklusive alle øvrige afgifter og gebyr. Weight (percentage, exact): 30 Criterion: Type: Quality Description: Service: • Ved vurderingen af kriteriet Service vil der blive lagt vægt på: • Muligheden for løbende rådgivning og ekstra rapportering eller levering af anden supplerende information • Hvorledes Tilbudsgiver vil sikre den tilstrækkelige kvalitet i den løbende rapportering til Ordregiver • Mulighed for at modtage portefølje opgørelse (bogføringsgrundlag) i Excel • De processer og tidsrammer, som Tilbudsgiver opererer med i forbindelse med implementering af vedtagne ændringer i Ordregivers investeringspolitik • Estimeret behandlingstid for eventuelle henvendelser og forespørgsler • Muligheder for assistance uden for åbningstid Vurderingen foretages på baggrund af Tilbudsgivers udfyldelse af Bilag 3 – Løsningsbeskrivelse Weight (percentage, exact): 5 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Danish Address of the procurement documents: https://www.comdia.com/sdu/tenderinformationshow.aspx?Id=343549 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.comdia.com/sdu/tenderinformationshow.aspx?Id=343549 Languages in which tenders or requests to participate may be submitted: Danish Electronic catalogue: Not allowed Deadline for receipt of tenders: 05/11/2024 10:00:00 (UTC+1) Deadline until which the tender must remain valid: 6 Months Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: yes Financial arrangement: _DEFAULT_VALUE_CHANGE_ME_ Information about review deadlines: I henhold til lov om Klagenævnet for Udbud m.v. (loven kan hentes på www.retsinformation.dk), gælder følgende frister for indgivelse af klage: Klage over ikke at være blevet udvalgt skal være indgivet til Klagenævnet for Udbud inden 20 kalenderdage, jf.lovens § 7, stk. 1, fra dagen efter afsendelse af en underretning til de berørte ansøgere om, hvem der er blevet udvalgt, når underretningen er ledsaget af en begrundelse for beslutningen i overensstemmelse med lovens §2, stk. 1, nr. 1, og udbudslovens § 171, stk. 2. I andre situationer skal klage over udbud, jf.lovens § 7, stk. 2, være indgivet til Klagenævnet for Udbud inden: 1) 45 kalenderdage efter at ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt.Fristen regnes fra dagen efter den dag, hvor bekendtgørelsen er blevet offentliggjort. 2) 20 kalenderdage regnet fra dagen efter at ordregiveren har meddelt sin beslutning, jf.udbudslovens § 185, stk. 2. Senest samtidig med at en klage indgives til Klagenævnet for Udbud, skal klageren skriftligt underrette ordregiveren om, at klage indgives til Klagenævnet for Udbud, og om hvorvidt klagen er indgivet i standstill - perioden, jf.lovens § 6, stk. 4.I tilfælde hvor klagen ikke er indgivet i standstill - perioden, skal klageren tillige angive, hvorvidt der begæres opsættende virkning af klagen, jf.lovens § 12, stk. 1. Klagenævnet for Udbuds e-mailadresse er angivet i punkt VI.4.1). Klagenævnet for Udbuds klagevejledning kan findes på: www.erhvervsstyrelsen.dk. 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 Organisation providing additional information about the procurement procedure: Syddansk Universitet Organisation providing more information on the review procedures: Konkurrence- og Forbrugerstyrelsen TED eSender: Comdia ApS 8. Organisations 8.1. ORG-0001 Official name: Syddansk Universitet Registration number: 29283958 Postal address: Campusvej 55 Town: Odense M Postcode: 5230 Country subdivision (NUTS): Fyn (DK031) Country: Denmark Contact point: Susanne Hansen Email: sush@sdu.dk Telephone: 65509157 Internet address: https://www.sdu.dk/ Roles of this organisation: Buyer Organisation providing additional information about the procurement procedure 8.1. ORG-1000 Official name: Comdia ApS Registration number: 33501404 Postal address: Lindvedvej 73 Town: Odense S Postcode: 5260 Country subdivision (NUTS): Fyn (DK031) Country: Denmark Email: support@comdia.com Telephone: +45 7199 3672 Internet address: https://www.comdia.com/ Roles of this organisation: TED eSender 8.1. ORG-1001 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 Email: klfu@naevneneshus.dk Telephone: +45 7240 5600 Internet address: http://www.klfu.dk Roles of this organisation: Review organisation 8.1. ORG-1002 Official name: Konkurrence- og Forbrugerstyrelsen Registration number: 10294819 Postal address: Carl Jacobsens Vej 35 Town: Valby Postcode: 2500 Country subdivision (NUTS): Københavns omegn (DK012) Country: Denmark Email: kfst@kfst.dk Telephone: +45 4171 5000 Internet address: https://www.kfst.dk/ Roles of this organisation: Organisation providing more information on the review procedures 11. Notice information 11.1. Notice information Notice identifier/version: 55c16e0b-74b1-4834-b2ab-8833a4a44a55 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 30/09/2024 17:34:17 (UTC+2) Languages in which this notice is officially available: Danish 11.2. Publication information Notice publication number: 591757-2024 OJ S issue number: 192/2024 Publication date: 02/10/2024 Czech document download: https://ted.europa.eu/cs/notice/591757-2024/pdf Danish document download: https://ted.europa.eu/da/notice/591757-2024/pdf German document download: https://ted.europa.eu/de/notice/591757-2024/pdf Greek document download: https://ted.europa.eu/el/notice/591757-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/591757-2024/pdf English document download: https://ted.europa.eu/en/notice/591757-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/591757-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/591757-2024/pdf French document download: https://ted.europa.eu/fr/notice/591757-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/591757-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/591757-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/591757-2024/pdf Italian document download: https://ted.europa.eu/it/notice/591757-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/591757-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/591757-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/591757-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/591757-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/591757-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/591757-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/591757-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/591757-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/591757-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/591757-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/591757-2024/pdf 591757-2024 - Competition Competition Denmark: Financial markets administration services Capital management Type of procedure: Open Buyer Buyer: University of Southern Denmark Email: sush@sdu.dk Denmark, Fyn (DK031), Odense M LOT-0000: Capital management Financial markets administration services Denmark, Funen (DK031) Start date: 15/12/2024 Duration end date: 31/05/2029 Deadline for receipt of tenders: 05/11/2024 - 10:00:00 (UTC+1) 591757-2024 - Competition Denmark � Financial markets administration services � Capital management OJ S 192/2024 02/10/2024 Contract or concession notice � standard regime Services 1. Buyer 1.1. Buyer Official name: University of Southern Denmark Email: sush@sdu.dk Legal type of the buyer: Body governed by public law Activity of the contracting authority: Education 2. Procedure 2.1. Procedure Title: Capital management Description: The tender relates to a contract for the provision of capital management. Over a number of years, the client has built up a financial reserve in the form of securities and cash, which has been managed by external asset managers. The client wishes to investigate the market for asset management services and hereby puts asset management to tender. The purpose of the tender is to ensure the best possible return in relation to the established risk profile in the Investment Policy in force at all times - www.sdu.dk/da/om-sdu/organisationen/investeringspolitik, regarding the placement of the university's surplus funds. It is therefore crucial for the Ordering Party that the Bidders focus in their offers on the Ordering Party's requirements. The free funds, which are to be managed, currently amount to approx. DKK 450 million Initially, the capital managers will have to manage a portfolio of approx. DKK 200 - 300 million every. In this connection, the winning Bidders take over the Client's existing portfolios from the current asset managers. The realized returns and withdrawals are assumed to be continuously reinvested. Procedure identifier: 0cbbbc70-9518-465b-8ab3-bbdbb49a56da Internal identifier: 343549 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 66150000 Financial markets administration services 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Bankruptcy: An applicant or tenderer will be excluded from participation in the tender procedure if the applicant or tenderer has been declared bankrupt or is undergoing insolvency or liquidation proceedings, if its assets are being administered by a receiver or by the court, if it is under compulsory settlement, if his business has been discontinued or he is in a similar situation in accordance with a similar procedure laid down in national legislation where the applicant or tenderer is domiciled. Documentation: in accordance with �� 152-153 of the Public Procurement Act. Insolvency: An applicant or tenderer will be excluded from participation in the tender procedure,if the applicant or tenderer has been declared bankrupt or is undergoing insolvency or liquidation proceedings, if its assets are being administered by a receiver or by the court, if it is under compulsory settlement, if its business activities have been discontinued or it is in a similar situation pursuant to a corresponding procedure laid down in national legislation where the applicant or tenderer is domiciled. Documentation: in accordance with �� 152-153 of the Public Procurement Act. Guilty of grave professional misconduct: A contracting authority must exclude an applicant or a tenderer from participating in a tendering procedure when the contracting authority can demonstrate that the applicant or tenderer has committed serious misconduct in connection with the exercise of his profession, which casts doubt on the integrity of the applicant or tenderer . Documentation: The ordering party is entitled to obtain relevant documentation as to whether the applicant or tenderer is in a situation which may result in exclusion pursuant to the present grounds for exclusion. Conflict of interest due to its participation in the procurement procedure: A contracting authority must exclude an applicant or a tenderer from participation in a procurement procedure when the contracting authority can demonstrate that a conflict of interest, cf. section 24, no. 18 of the Procurement Act, in relation to the the tender in question cannot be effectively remedied with less invasive measures. Documentation: The ordering party is entitled to obtain relevant documentation as to whether the applicant or tenderer is in a situation which may result in exclusion pursuant to the present grounds for exclusion. Direct or indirect involvement in the preparation of this procurement procedure: A contracting authority must exclude an applicant or a tenderer from participation in a tendering procedure when the contracting authority can demonstrate that a distortion of competition as referred to in section 39 of the Procurement Act as a result of the prior involvement of the economic actors in the preparation of the tender procedure in relation to the tender in question cannot be remedied with less intrusive measures. Documentation: The ordering party is entitled to obtain relevant documentation as to whether the applicant or tenderer is in a situation which may result in exclusion pursuant to the present grounds for exclusion. Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: A contracting authority must exclude an applicant or a tenderer from participation in a tender procedure when the contracting authority can demonstrate that the applicant or tenderer in the relevant tender has given grossly incorrect information, has withheld information or is unable to submit additional documents regarding the grounds for exclusion in � 135, subsection 1 of the Public Procurement Act. 1 or 3, and, if relevant, in Section 137(1) of the Public Procurement Act. 1, No. 2 or 6,the set minimum requirements for suitability in �� 140-144 of the Public Procurement Act or the selection in � 145. Documentation: The contracting authority is entitled to obtain relevant documentation as to whether the applicant or tenderer is in a situation that may lead to exclusion pursuant to the present grounds for exclusion. Purely national exclusion grounds: Section 134 a of the Public Procurement Act applies, why a contracting authority must exclude an applicant or tenderer from participation in a tender procedure if the applicant or tenderer is established in a country that is included in the EU list of non-cooperative tax jurisdictions and does not have acceded to the WTO's Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to bidders established in the country in question. Section 134 a, Subsection of the Public Procurement Act. 2: Section 135, subsection 6, applies correspondingly to situations covered by subsection 1. Documentation: The ordering party is entitled to obtain relevant documentation as to whether the applicant or tenderer is in a situation which may lead to exclusion pursuant to the present grounds for exclusion. Terrorist offenses or offenses linked to terrorist activities: A contracting authority must exclude an applicant or tenderer from participating in a tendering procedure if the applicant or tenderer has been convicted by final judgment or has adopted fines for terrorist acts or criminal acts linked to terrorist activities as defined respectively in article 1, 3 and 4 of the Council's framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EU Official Journal 2002, no. L 164, page 3) as amended by the Council's framework decision 2008/919/RIA of 28 November 2008 on amendment of framework decision 2002/475/RIA on combating terrorism (EU Official Journal 2008, no. L 330, page 21). Documentation: in accordance with �� 152-153 of the Public Procurement Act Payment of social security contributions: The contracting authority must exclude an applicant or a tenderer who has unpaid overdue debts of DKK 100,000 or more to public authorities regarding taxes, charges or contributions to social security schemes in according to Danish legislation or the legislation of the country where the applicant or tenderer is established. Documentation: in accordance with �� 152-153 of the Public Procurement Act. Payment of taxes: The contracting authority must exclude an applicant or a tenderer who has unpaid overdue debts of DKK 100,000 or more to public authorities regarding taxes, charges or contributions to social security schemes in accordance with Danish legislation or the legislation of the country where the applicant or the tenderer is established. Documentation: in accordance with �� 152-153 of the Public Procurement Act. Participation in a criminal organisation: A contracting authority must exclude an applicant or tenderer from participation in a tendering procedure,if the applicant or tenderer has been convicted by a final judgment or has been fined for actions committed as part of a criminal organization as defined in Article 2 of the Council's framework decision 2008/841/RIA of 24 October 2008 (Official Journal of the European Union 2008, no. L 300 , page 42). Documentation: in accordance with �� 152-153 of the Public Procurement Act. Money laundering or terrorist financing: A contracting authority must exclude an applicant or tenderer from participation in a tender procedure if the applicant or tenderer has been convicted by a final judgment or has adopted fines for money laundering or terrorist financing as defined in Article 1 of the European Parliament and Council Directive 2005/60/EC of 26 October 2005 on preventive measures against the use of the financial system for money laundering and terrorist financing (EU Official Journal 2005, No. L 309, page 15). Documentation: in accordance with �� 152-153 of the Public Procurement Act. Fraud: A contracting authority must exclude an applicant or tenderer from participating in a procurement procedure if the applicant or tenderer has been convicted by a final judgment or has adopted fines for fraud as referred to in Article 1 of the Convention on the Protection of the Financial Interests of the European Communities. Documentation: in accordance with �� 152-153 of the Public Procurement Act. Child labor and other forms of trafficking in human beings: A contracting authority must exclude an applicant or tenderer from participation in a tendering procedure if the applicant or tenderer has been convicted by a final judgment or has adopted a fine for violation of section 262 a of the Criminal Code or, insofar as concerns a judgment from another country regarding child labor and other forms of human trafficking 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 on replacement of the Council's framework decision 2002/629/RIA (EU Official Journal 2011, no. L 101, page 1). Documentation: in accordance with �� 152-153 of the Public Procurement Act. Corruption: A contracting authority must exclude a candidate or tenderer from participating in a procurement procedure if the applicant or tenderer has been convicted by a final judgment or has accepted a fine for bribery as defined in Article 3 of the Convention against Bribery involving Officials of the European Communities or in the member states of the European Union, and Article 2, paragraph 1, of the Council's framework decision 2003/568/JHA of 22 July 2003 on combating bribery in the private sector (EU Official Journal 2003, no. L 192, page 54) and bribery as defined in the national law of the applicant's or tenderer's Member State or home country or in the country where the applicant or tenderer is established. Documentation: in accordance with �� 152-153 of the Public Procurement Act. 5. Lot 5.1. Lot: LOT-0000 Title: Capital management Description: The offer concerns a contract for the supply of capital management.Over a number of years, the client has built up a financial reserve in the form of securities and cash, which has been managed by external asset managers. The client wishes to investigate the market for asset management services and hereby puts asset management to tender. The purpose of the tender is to ensure the best possible return in relation to the established risk profile in the Investment Policy in force at all times - www.sdu.dk/da/om-sdu/organisationen/investeringspolitik, regarding the placement of the university's surplus funds. It is therefore crucial for the Ordering Party that the Bidders focus in their offers on the Ordering Party's requirements. The free funds, which are to be managed, currently amount to approx. DKK 450 million Initially, the capital managers will have to manage a portfolio of approx. DKK 200 - 300 million every. In this connection, the winning Bidders take over the Client's existing portfolios from the current asset managers. The realized returns and withdrawals are assumed to be continuously reinvested. Internal identifier: 343549 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 66150000 Financial markets administration services Options: Description of the options: Possibility of extension for 2 x 24 months 5.1.2. Place of performance Country subdivision (NUTS): Funen (DK031) Country: Denmark 5.1.3. Estimated duration Start date: 15/12/2024 Duration end date: 31/05/2029 5.1.4. Renewal Maximum renewals: 2 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Other economic and financial requirements Description: Affiliation: If the Tenderer is a subsidiary of a financial group, the parent company must guarantee the Tenderer, including any losses as a result of mistakes made by the Tenderer. It must be described how the Bidder is possibly associated with a parent company, possibly as a branch. Bidder must comply with GIPS standards (Global Investment Performance Standards) Bidder must be a systemically important financial institution (SIFI) Use of this criterion: Used Criterion: Type: Technical and professional ability Name: For service contracts: performance of services of the specified type Description: The tenderer must list the company's most significant corresponding services, in the form of relevant portfolio management tasks, which have been carried out in the past three years, as well as performance and trading frequency. On the basis of the information provided by the Tenderer, it must be possible to assess whether the following minimum requirements have been met: - That the Tenderer has, over the past three years, managed a portfolio comprising the types of investment assets specified in SDU's investment policy.- That the Bidder can demonstrate experience with capital management of individual mandates of DKK 300 million, respectively, over the past three years. and DKK 500 million. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Educational and professional qualifications Description: The tenderer must state information about the educational and professional qualifications of the person or persons responsible for the performance of the services. Based on the information provided by the Tenderer, it must be possible to assess whether the following minimum requirements have been met: - That the employees who will be assigned to the task have a minimum of three years' experience in quality control of asset management - That the employees who will be assigned to the task have a relevant financial and financial educational background as well as a minimum of three years' experience with asset management. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Description: Not used Use of this criterion: Not used 5.1.10. Award criteria Criterion: Type: Quality Description: Quality: When assessing the Quality criterion, emphasis will be placed on: � The tenderer's offered investment process and the stated investment strategies. Emphasis will be placed here on the reasoning behind the application of the proposed investment processes and strategies in relation to the risk/return profile of the portfolio that the Tenderer proposes in its offer. In addition to this, emphasis will be placed on what values ??the chosen investment strategies are expected to create for the Client � How the Tenderer will ensure trading at the best possible price � Explanation of the models and analyzes that the Tenderer uses in connection with portfolio management, including the Tenderer's explanation of , which weighting criteria the Offeror uses as a basis for the portfolio composition � Which processes the Offeror operates with in connection with the implementation of changes in the investment policy. � Based on the proposed portfolio composition, the tenderer must come up with proposals for relevant benchmarks that can be used against all future asset managers when measuring returns � The tenderer's knowledge of sustainable investments in relation to the tendered contract The assessment is made on the basis of the tenderer's completion of Appendix 3 � Solution description. The tenderer must also attach an example of a sustainability report. It counts positively if the report is clear and contains additional information than that mentioned in the requirements specification. Weight (percentage, exact): 35 Criterion: Type: Quality Description: Risk assessment and return expectations: When assessing the criterion Risk assessment and return expectations, emphasis will be placed on: � How the Bidder, using relevant methods and models, measures and manages risk in connection with the portfolio care (and by extension the backup procedures used) as well as presentations for reporting.� Bidder's proposed portfolio composition. The tenderer must document the ability to produce absolute returns within the framework of the investment policy, the established principles for responsible investments (PRI) and the stated duration targets for the respective portfolios � Statement of the future performance expectations for one and two years as well as comparative figures for returns and risk for the past three years for a portfolio which corresponds to it in terms of risk. The Tenderer will compile for the Ordering Party � The Tenderer's indication of the Information Ratio on a portfolio that contains the investment assets determined in the investment policy and framework for investment scope � The Tenderer's description of the specific risk management and compliance procedures that are relevant for this mandate Assessment is made on the basis of the Bidder's completion of Appendix 3 � Solution description Weight (percentage, exact): 30 Criterion: Type: Price Description: Total costs: When assessing the criterion Total costs, emphasis will be placed on: � The total maximum annual cost associated with the management of Ordering party's funds, based on the Bidder's completion of Appendix 2 - Tender list. All prices must be given in Danish kroner, excluding VAT, but including all other taxes and fees. Weight (percentage, exact): 30 Criterion: Type: Quality Description: Service: � When assessing the criterion Service, emphasis will be placed on: � The possibility of ongoing advice and extra reporting or delivery of other supplementary information � How the Tenderer will ensure the sufficient quality in the ongoing reporting to the Client � Option to receive a portfolio statement (accounting basis) in Excel � The processes and timeframes with which the Tenderer operates in connection with the implementation of adopted changes in the Client's investment policy � Estimated processing time for any inquiries and inquiries � Possibilities for assistance outside opening hours The assessment is made on the basis of the Tenderer's completion of Appendix 3 � Solution description Weight (percentage, exact): 5 5.1.11. Procurement documents Languages ??in which the procurement documents are officially available: Danish Address of the procurement documents: https://www.comdia.com/sdu/tenderinformationshow.aspx?Id=343549 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.comdia.com/sdu/tenderinformationshow.aspx?Id=343549 Languages ??in which tenders or requests to participate may be submitted: Danish Electronic catalogue: Not allowed Deadline for receipt of tenders: 05/11/2024 10:00:00 (UTC+1) Deadline until which the tender must remain valid: 6 Months Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used:no Electronic payment will be used: yes Financial arrangement: _DEFAULT_VALUE_CHANGE_ME_ Information about review deadlines: In accordance with the Act on the Complaints Board for Tenders etc. (the act can be downloaded from www.retsinformation.dk), the following deadlines apply for submitting complaints: Complaints about not have been selected must be submitted to the Complaints Board for Tenders within 20 calendar days, cf. the act's section 7, subsection 1, from the day after sending a notification to the affected applicants about who has been selected, when the notification is accompanied by a justification for the decision in accordance with �2, subsection of the Act. 1, no. 1, and Section 171(1) of the Public Procurement Act. 2. In other situations, complaints must be made about tenders, cf. the act's section 7, subsection 2, be submitted to the Complaints Board for Tenders before: 1) 45 calendar days after the contracting authority has published an announcement in the Official Journal of the European Union that the contracting authority has entered into a contract. The deadline is calculated from the day after the day on which the announcement has been published. 2) 20 calendar days counted from the day after the contracting authority has announced its decision, cf. section 185, subsection of the Public Procurement Act. 2. At the latest at the same time as a complaint is submitted to the Complaints Board for Tenders, the complainant must notify the contracting authority in writing that a complaint is being submitted to the Complaints Board for Tenders and whether the complaint has been submitted during the standstill period, cf. section 6, subsection of the act. 4. In cases where the complaint has not been submitted during the standstill period, the complainant must also indicate whether a suspensive effect of the complaint is requested, cf. section 12, subsection of the act. 1. The e-mail address of the Complaints Board for Tenders is given in point VI.4.1). The Complaints Board for Tender complaints guidance can be found at: www.erhvervsstyrelsen.dk. 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 organization: Klagen�vnet for Udbud Organization providing additional information about the procurement procedure: University of Southern Denmark Organization providing more information on the review procedures: Konkurrance- og Forbrugerstyrelsen TED eSender: Comdia ApS 8. Organizations 8.1. ORG-0001 Official name: University of Southern Denmark Registration number: 29283958 Postal address: Campusvej 55 Town: Odense M Postcode: 5230 Country subdivision (NUTS): Fyn (DK031) Country: Denmark Contact point: Susanne Hansen Email: sush@sdu.dk Telephone : 65509157 Internet address: https://www.sdu.dk/ Roles of this organization: Buyer Organization providing additional information about the procurement procedure 8.1. ORG-1000 Official name: Comdia ApS Registration number: 33501404 Postal address: Lindvedvej 73 Town: Odense S Postcode: 5260 Country subdivision (NUTS): Fyn (DK031) Country: Denmark Email: support@comdia.com Telephone: +45 7199 3672 Internet address: https://www.comdia.com/ Roles of this organization: TED eSender 8.1. ORG-1001 Official name: Klagen�vnet for Udbud Registration number: 37795526 Postal address: N�vnenes Hus,Toldboden 2 Town: Viborg Postcode: 8800 Country subdivision (NUTS): Vestjylland (DK041) Country: Denmark Email: klfu@naevneneshus.dk Telephone: +45 7240 5600 Internet address: http://www.klfu.dk Roles of this organization : Review organization 8.1. ORG-1002 Official name: Competition and Consumer Agency Registration number: 10294819 Postal address: Carl Jacobsens Vej 35 Town: Valby Postcode: 2500 Country subdivision (NUTS): Copenhagen area (DK012) Country: Denmark Email: kfst@kfst.dk Telephone: +45 4171 5000 Internet address: https://www.kfst.dk/ Roles of this organization: Organization providing more information on the review procedures 11. Notice information 11.1. Notice information Notice identifier/version: 55c16e0b-74b1-4834-b2ab-8833a4a44a55 - 01 Form type: Competition Notice type: Contract or concession notice � standard regime Notice subtype: 16 Notice dispatch date: 30/09/2024 17:34:17 (UTC+2) Languages ??in which this notice is officially available: Danish 11.2. Publication information Notice publication number: 591757-2024 OJ S issue number: 192/2024 Publication date: 02/10/2024 Czech document download: https://ted.europa.eu/cs/notice/591757-2024/pdf Danish document download: https://ted.europa.eu/da/notice/591757-2024/pdf German document download: https://ted.europa.eu/de/notice/591757-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/591757-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/591757-2024/pdf English document download: https://ted. europa.eu/en/notice/591757-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/591757-2024/pdf Finnish document download: https://ted.europa.eu/ fi/notice/591757-2024/pdf French document download: https://ted.europa.eu/fr/notice/591757-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/ 591757-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/591757-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/591757-2024/ pdf Italian document download: https://ted.europa.eu/it/notice/591757-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/591757-2024/pdf Latvian document download : https://ted.europa.eu/lv/notice/591757-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/591757-2024/pdf Dutch document download: https:/ /ted.europa.eu/nl/notice/591757-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/591757-2024/pdf Portuguese document download: https://ted.europa .eu/pt/notice/591757-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/591757-2024/pdf Slovak document download: https://ted.europa.eu/sk /notice/591757-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/591757-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/591757 -2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/591757-2024/pdfWest Jutland (DK041) Country: Denmark Email: klfu@naevneneshus.dk Telephone: +45 7240 5600 Internet address: http://www.klfu.dk Roles of this organization: Review organization 8.1. ORG-1002 Official name: Competition and Consumer Agency Registration number: 10294819 Postal address: Carl Jacobsens Vej 35 Town: Valby Postcode: 2500 Country subdivision (NUTS): Copenhagen area (DK012) Country: Denmark Email: kfst@kfst.dk Telephone: +45 4171 5000 Internet address: https://www.kfst.dk/ Roles of this organization: Organization providing more information on the review procedures 11. Notice information 11.1. Notice information Notice identifier/version: 55c16e0b-74b1-4834-b2ab-8833a4a44a55 - 01 Form type: Competition Notice type: Contract or concession notice � standard regime Notice subtype: 16 Notice dispatch date: 30/09/2024 17:34:17 (UTC+2) Languages ??in which this notice is officially available: Danish 11.2. Publication information Notice publication number: 591757-2024 OJ S issue number: 192/2024 Publication date: 02/10/2024 Czech document download: https://ted.europa.eu/cs/notice/591757-2024/pdf Danish document download: https://ted.europa.eu/da/notice/591757-2024/pdf German document download: https://ted.europa.eu/de/notice/591757-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/591757-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/591757-2024/pdf English document download: https://ted. europa.eu/en/notice/591757-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/591757-2024/pdf Finnish document download: https://ted.europa.eu/ fi/notice/591757-2024/pdf French document download: https://ted.europa.eu/fr/notice/591757-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/ 591757-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/591757-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/591757-2024/ pdf Italian document download: https://ted.europa.eu/it/notice/591757-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/591757-2024/pdf Latvian document download : https://ted.europa.eu/lv/notice/591757-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/591757-2024/pdf Dutch document download: https:/ /ted.europa.eu/nl/notice/591757-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/591757-2024/pdf Portuguese document download: https://ted.europa .eu/pt/notice/591757-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/591757-2024/pdf Slovak document download: https://ted.europa.eu/sk /notice/591757-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/591757-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/591757 -2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/591757-2024/pdfWest Jutland (DK041) Country: Denmark Email: klfu@naevneneshus.dk Telephone: +45 7240 5600 Internet address: http://www.klfu.dk Roles of this organization: Review organization 8.1. ORG-1002 Official name: Competition and Consumer Agency Registration number: 10294819 Postal address: Carl Jacobsens Vej 35 Town: Valby Postcode: 2500 Country subdivision (NUTS): Copenhagen area (DK012) Country: Denmark Email: kfst@kfst.dk Telephone: +45 4171 5000 Internet address: https://www.kfst.dk/ Roles of this organization: Organization providing more information on the review procedures 11. Notice information 11.1. Notice information Notice identifier/version: 55c16e0b-74b1-4834-b2ab-8833a4a44a55 - 01 Form type: Competition Notice type: Contract or concession notice � standard regime Notice subtype: 16 Notice dispatch date: 30/09/2024 17:34:17 (UTC+2) Languages ??in which this notice is officially available: Danish 11.2. Publication information Notice publication number: 591757-2024 OJ S issue number: 192/2024 Publication date: 02/10/2024 Czech document download: https://ted.europa.eu/cs/notice/591757-2024/pdf Danish document download: https://ted.europa.eu/da/notice/591757-2024/pdf German document download: https://ted.europa.eu/de/notice/591757-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/591757-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/591757-2024/pdf English document download: https://ted. europa.eu/en/notice/591757-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/591757-2024/pdf Finnish document download: https://ted.europa.eu/ fi/notice/591757-2024/pdf French document download: https://ted.europa.eu/fr/notice/591757-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/ 591757-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/591757-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/591757-2024/ pdf Italian document download: https://ted.europa.eu/it/notice/591757-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/591757-2024/pdf Latvian document download : https://ted.europa.eu/lv/notice/591757-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/591757-2024/pdf Dutch document download: https:/ /ted.europa.eu/nl/notice/591757-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/591757-2024/pdf Portuguese document download: https://ted.europa .eu/pt/notice/591757-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/591757-2024/pdf Slovak document download: https://ted.europa.eu/sk /notice/591757-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/591757-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/591757 -2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/591757-2024/pdfReview organization 8.1. ORG-1002 Official name: Competition and Consumer Agency Registration number: 10294819 Postal address: Carl Jacobsens Vej 35 Town: Valby Postcode: 2500 Country subdivision (NUTS): Copenhagen area (DK012) Country: Denmark Email: kfst@kfst.dk Telephone: +45 4171 5000 Internet address: https://www.kfst.dk/ Roles of this organization: Organization providing more information on the review procedures 11. Notice information 11.1. Notice information Notice identifier/version: 55c16e0b-74b1-4834-b2ab-8833a4a44a55 - 01 Form type: Competition Notice type: Contract or concession notice � standard regime Notice subtype: 16 Notice dispatch date: 30/09/2024 17:34:17 (UTC+2) Languages ??in which this notice is officially available: Danish 11.2. Publication information Notice publication number: 591757-2024 OJ S issue number: 192/2024 Publication date: 02/10/2024 Czech document download: https://ted.europa.eu/cs/notice/591757-2024/pdf Danish document download: https://ted.europa.eu/da/notice/591757-2024/pdf German document download: https://ted.europa.eu/de/notice/591757-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/591757-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/591757-2024/pdf English document download: https://ted. europa.eu/en/notice/591757-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/591757-2024/pdf Finnish document download: https://ted.europa.eu/ fi/notice/591757-2024/pdf French document download: https://ted.europa.eu/fr/notice/591757-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/ 591757-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/591757-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/591757-2024/ pdf Italian document download: https://ted.europa.eu/it/notice/591757-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/591757-2024/pdf Latvian document download : https://ted.europa.eu/lv/notice/591757-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/591757-2024/pdf Dutch document download: https:/ /ted.europa.eu/nl/notice/591757-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/591757-2024/pdf Portuguese document download: https://ted.europa .eu/pt/notice/591757-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/591757-2024/pdf Slovak document download: https://ted.europa.eu/sk /notice/591757-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/591757-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/591757 -2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/591757-2024/pdfReview organization 8.1. ORG-1002 Official name: Competition and Consumer Agency Registration number: 10294819 Postal address: Carl Jacobsens Vej 35 Town: Valby Postcode: 2500 Country subdivision (NUTS): Copenhagen area (DK012) Country: Denmark Email: kfst@kfst.dk Telephone: +45 4171 5000 Internet address: https://www.kfst.dk/ Roles of this organization: Organization providing more information on the review procedures 11. Notice information 11.1. Notice information Notice identifier/version: 55c16e0b-74b1-4834-b2ab-8833a4a44a55 - 01 Form type: Competition Notice type: Contract or concession notice � standard regime Notice subtype: 16 Notice dispatch date: 30/09/2024 17:34:17 (UTC+2) Languages ??in which this notice is officially available: Danish 11.2. Publication information Notice publication number: 591757-2024 OJ S issue number: 192/2024 Publication date: 02/10/2024 Czech document download: https://ted.europa.eu/cs/notice/591757-2024/pdf Danish document download: https://ted.europa.eu/da/notice/591757-2024/pdf German document download: https://ted.europa.eu/de/notice/591757-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/591757-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/591757-2024/pdf English document download: https://ted. europa.eu/en/notice/591757-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/591757-2024/pdf Finnish document download: https://ted.europa.eu/ fi/notice/591757-2024/pdf French document download: https://ted.europa.eu/fr/notice/591757-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/ 591757-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/591757-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/591757-2024/ pdf Italian document download: https://ted.europa.eu/it/notice/591757-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/591757-2024/pdf Latvian document download : https://ted.europa.eu/lv/notice/591757-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/591757-2024/pdf Dutch document download: https:/ /ted.europa.eu/nl/notice/591757-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/591757-2024/pdf Portuguese document download: https://ted.europa .eu/pt/notice/591757-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/591757-2024/pdf Slovak document download: https://ted.europa.eu/sk /notice/591757-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/591757-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/591757 -2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/591757-2024/pdfkfst.dk/ Roles of this organisation: Organization providing more information on the review procedures 11. Notice information 11.1. Notice information Notice identifier/version: 55c16e0b-74b1-4834-b2ab-8833a4a44a55 - 01 Form type: Competition Notice type: Contract or concession notice � standard regime Notice subtype: 16 Notice dispatch date: 30/09/2024 17:34:17 (UTC+2) Languages ??in which this notice is officially available: Danish 11.2. Publication information Notice publication number: 591757-2024 OJ S issue number: 192/2024 Publication date: 02/10/2024 Czech document download: https://ted.europa.eu/cs/notice/591757-2024/pdf Danish document download: https://ted.europa.eu/da/notice/591757-2024/pdf German document download: https://ted.europa.eu/de/notice/591757-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/591757-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/591757-2024/pdf English document download: https://ted. europa.eu/en/notice/591757-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/591757-2024/pdf Finnish document download: https://ted.europa.eu/ fi/notice/591757-2024/pdf French document download: https://ted.europa.eu/fr/notice/591757-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/ 591757-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/591757-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/591757-2024/ pdf Italian document download: https://ted.europa.eu/it/notice/591757-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/591757-2024/pdf Latvian document download : https://ted.europa.eu/lv/notice/591757-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/591757-2024/pdf Dutch document download: https:/ /ted.europa.eu/nl/notice/591757-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/591757-2024/pdf Portuguese document download: https://ted.europa .eu/pt/notice/591757-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/591757-2024/pdf Slovak document download: https://ted.europa.eu/sk /notice/591757-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/591757-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/591757 -2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/591757-2024/pdfkfst.dk/ Roles of this organisation: Organization providing more information on the review procedures 11. Notice information 11.1. Notice information Notice identifier/version: 55c16e0b-74b1-4834-b2ab-8833a4a44a55 - 01 Form type: Competition Notice type: Contract or concession notice � standard regime Notice subtype: 16 Notice dispatch date: 30/09/2024 17:34:17 (UTC+2) Languages ??in which this notice is officially available: Danish 11.2. Publication information Notice publication number: 591757-2024 OJ S issue number: 192/2024 Publication date: 02/10/2024 Czech document download: https://ted.europa.eu/cs/notice/591757-2024/pdf Danish document download: https://ted.europa.eu/da/notice/591757-2024/pdf German document download: https://ted.europa.eu/de/notice/591757-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/591757-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/591757-2024/pdf English document download: https://ted. europa.eu/en/notice/591757-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/591757-2024/pdf Finnish document download: https://ted.europa.eu/ fi/notice/591757-2024/pdf French document download: https://ted.europa.eu/fr/notice/591757-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/ 591757-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/591757-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/591757-2024/ pdf Italian document download: https://ted.europa.eu/it/notice/591757-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/591757-2024/pdf Latvian document download : https://ted.europa.eu/lv/notice/591757-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/591757-2024/pdf Dutch document download: https:/ /ted.europa.eu/nl/notice/591757-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/591757-2024/pdf Portuguese document download: https://ted.europa .eu/pt/notice/591757-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/591757-2024/pdf Slovak document download: https://ted.europa.eu/sk /notice/591757-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/591757-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/591757 -2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/591757-2024/pdfeu/cs/notice/591757-2024/pdf Danish document download: https://ted.europa.eu/da/notice/591757-2024/pdf German document download: https://ted.europa.eu/de/ notice/591757-2024/pdf Greek document download: https://ted.europa.eu/el/notice/591757-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/591757- 2024/pdf English document download: https://ted.europa.eu/en/notice/591757-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/591757-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/591757-2024/pdf French document download: https://ted.europa.eu/fr/notice/591757-2024/pdf Irish document download: https ://ted.europa.eu/ga/notice/591757-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/591757-2024/pdf Hungarian document download: https://ted .europa.eu/hu/notice/591757-2024/pdf Italian document download: https://ted.europa.eu/it/notice/591757-2024/pdf Lithuanian document download: https://ted.europa.eu /lt/notice/591757-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/591757-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice /591757-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/591757-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/591757-2024 /pdf Portuguese document download: https://ted.europa.eu/pt/notice/591757-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/591757-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/591757-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/591757-2024/pdf Swedish document download: https: //ted.europa.eu/sv/notice/591757-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/591757-2024/pdfeu/cs/notice/591757-2024/pdf Danish document download: https://ted.europa.eu/da/notice/591757-2024/pdf German document download: https://ted.europa.eu/de/ notice/591757-2024/pdf Greek document download: https://ted.europa.eu/el/notice/591757-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/591757- 2024/pdf English document download: https://ted.europa.eu/en/notice/591757-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/591757-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/591757-2024/pdf French document download: https://ted.europa.eu/fr/notice/591757-2024/pdf Irish document download: https ://ted.europa.eu/ga/notice/591757-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/591757-2024/pdf Hungarian document download: https://ted .europa.eu/hu/notice/591757-2024/pdf Italian document download: https://ted.europa.eu/it/notice/591757-2024/pdf Lithuanian document download: https://ted.europa.eu /lt/notice/591757-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/591757-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice /591757-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/591757-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/591757-2024 /pdf Portuguese document download: https://ted.europa.eu/pt/notice/591757-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/591757-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/591757-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/591757-2024/pdf Swedish document download: https: //ted.europa.eu/sv/notice/591757-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/591757-2024/pdfeu/pl/notice/591757-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/591757-2024/pdf Romanian document download: https://ted.europa.eu/ro/ notice/591757-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/591757-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/591757- 2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/591757-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/591757-2024/pdfeu/pl/notice/591757-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/591757-2024/pdf Romanian document download: https://ted.europa.eu/ro/ notice/591757-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/591757-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/591757- 2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/591757-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/591757-2024/pdf
NAICS
Scenic and Sightseeing Transportation Business Securities Scenic and Sightseeing Transportation InformationT Scenic and Sightseeing Transportation Scenic and Sightseeing Transportation Funds
CPVS
System, storage and content management software package Mains Engineering, auxiliary, average, loss, actuarial and salvage insurance services Frames Cupboards Lockers System, storage and content management software development services Cabinets Shapes Administration, defence and social security services Tables, cupboards, desk and bookcases
UNSPSC
House Scales Awards Agents affecting water and electrolytes Quality control Investment policy Sales tax Trade agreements Lockers University Securities
Regions
Europe Northern Europe Western Europe
Sectors
Services Construction Energy-Power and Electrical Computer Hardwares and Consumables Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert